F-35 "Lightning II" Training Systems and Simulation
ID: JSF_IDIQ_NextType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The F-35 "Lightning II" Program Office intends to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract to LM-Aero, Fort Worth, TX. This contract will cover a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, laboratory infrastructure, sustainment, delivery, refurbishment, relocation, and product support for F-35 training systems and simulation products. The goal is to provide realistic training events and qualification exercises for pilots, aircrew, and maintainers, integrating these capabilities into the Training Infrastructure System (TIS) Operational Environment. LM-Aero is considered the only source with the necessary expertise due to its role as the F-35 aircraft's sole designer, developer, and manufacturer. Other interested parties may respond to this sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and is not responsible for any costs incurred in preparing responses. This is an informational notice, not a request for proposal, and the data is export-controlled.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F135 Flight Test Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to award a sole-source contract to Raytheon Technologies Corporation, Pratt and Whitney Military Engines, for F135 Flight Test Support related to the F-35 Lightning II program. This contract will encompass a range of services including flight test support, propulsion system program management, spare parts procurement, and technical engineering support for the F-35 Block 4 upgrades. The F135 propulsion system is critical for the operational capability of the F-35 aircraft, and the contract is expected to be awarded in the first quarter of fiscal year 2027. Interested parties may submit capability statements to Luis F. Pola at luis.pola@jsf.mil, although the government reserves the right to proceed with the sole-source procurement without a formal solicitation.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Undergraduate Jet Training System (UJTS) Request for Information March 2025
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is seeking information regarding the Undergraduate Jet Training System (UJTS) program, aimed at enhancing jet training for U.S. Navy and Marine Corps aviators. The procurement will focus on Engineering, Manufacturing, and Development (EMD) of the UJTS solution, along with the initial procurement of Low-Rate Initial Production (LRIP) aircraft and ground-based training systems, with an emphasis on achieving speed to Initial Operational Capability (IOC) and quality of training. This initiative is critical for replacing the T-45 Combined Multi-Service Pilot Training System, ensuring that the U.S. military maintains high standards in pilot training. Interested parties should note that the Request for Proposal (RFP) is expected to be released in late February 2026, with a contract award projected for the second quarter of fiscal year 2027. For further inquiries, respondents can contact Thomas Conrow at thomas.w.conrow.civ@us.navy.mil or Brandon Rider at brandon.f.rider.civ@us.navy.mil.
    Notice of Intent to Sole Source F-35 JPO Unclassified IT Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract extension for unclassified IT services to General Dynamics One Source (GDOS) for the F-35 Joint Program Office (JPO) in Arlington, Virginia. The contract will support the transition of the unclassified IT network to a new data center, encompassing a range of services including program management, cybersecurity, and operations and maintenance. This procurement is critical as it ensures the continuity of services during the migration of classified and unclassified servers, which is essential to avoid data loss and security vulnerabilities. Interested parties may submit capability statements within 15 days of the notice, with the anticipated award date set for on or before January 31, 2026. For further inquiries, contact Sanjana Garg at Sanjana.Garg@jsf.mil or John Meyers at John.Meyers@jsf.mil.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Exceptional Training
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure specialized training services from Exceptional Difference LLC, focusing on TPI/TSP/PSP methodologies and systems engineering-centric training. This procurement is a continuation of existing training integrated into engineering development systems, and Exceptional Difference is the sole source capable of fulfilling this requirement. Interested firms that believe they can meet the specified needs are invited to submit a written response, including a capability statement, within five days of this notice's publication, referencing solicitation number N6893626Q5054. For further inquiries, interested parties may contact Beth Exzabe at beth.a.exzabe.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
    Sole Source Justification Aviation Command & Control Simulations-Plexsys Interface Products, Inc
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Aviation Command & Control Simulations from Plexsys Interface Products, Inc. This sole source justification is aimed at supporting the 2023 MACG-18 MISTEX exercise, highlighting the critical need for specialized training aids and devices in military operations. The procurement is classified under the PSC code W069, which pertains to the lease or rental of equipment for training purposes. Interested parties can reach out to Adrian P. Powell at adrian.p.powell@usmc.mil or call 315-645-4637 for further details regarding this opportunity.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    Tower Simulation System (TSS) Tech Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking information from potential vendors regarding the Tower Simulation System (TSS) Tech Refresh. This Sources Sought notice aims to identify capabilities and solutions for refreshing the TSS, which is critical for training and operational readiness within naval operations. The procurement is focused on enhancing the existing training aids, classified under PSC code 6910, to ensure they meet current technological standards and operational requirements. Interested parties are encouraged to reach out to Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or 407-380-8172, or Allison Laera at allison.m.laera.civ@us.navy.mil or 407-380-4659 for further details and to express their interest in this opportunity.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking contractors for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force equivalent P6 Combat Training System (P6CTS). The procurement involves providing supplies and services for the production, modernization, and sustainment of TCTS II/P6CTS assets, which include Airborne Subsystems, Ground Systems, Ancillary Mission Equipment, and Spares, along with various support services such as Program Management and Cyber Engineering. This initiative is critical for enhancing training capabilities for both the Navy and Air Force, ensuring that personnel are equipped with the latest technology and support. Interested parties can direct inquiries to Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil, with feedback on the draft solicitation due by January 23, 2026, and the contract performance period spanning from September 25, 2026, to September 25, 2030.