Notice of Intent to Lockheed Martin Corporation
ID: FA9101-25-Q-B031Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center at Holloman AFB, New Mexico, intends to award a sole source firm-fixed price purchase order to Lockheed Martin Corporation for the development of a Tactical Aircraft test sled internal cockpit cooling system. This system is crucial for enhancing testing capabilities, ensuring effective temperature regulation during ejection seat and manikin operations, and maintaining critical component temperatures within specified limits. The anticipated award date is April 14, 2025, and while this is not a request for competitive proposals, the Government welcomes capability statements or quotes from other responsible sources by March 21, 2025. Interested parties should submit their information electronically to the designated Contract Specialist, Nathan Jaye, at nathan.jaye@us.af.mil, or Brett Moore at brett.moore.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Test Center (AFTC) at Holloman AFB, NM, intends to award a sole source firm-fixed price purchase order to Lockheed Martin Corporation for the development of conceptual designs for a Tactical Aircraft test sled internal cockpit cooling system. This decision follows market research indicating Lockheed as the only vendor capable of meeting the necessary specifications. The North American Industry Classification System (NAICS) code for this acquisition is 541330, with a small business size standard set at $25.5 million. The anticipated award date is April 14, 2025. While this is not a request for competitive proposals, the Government welcomes capability statements or quotes from other responsible sources by March 21, 2025. Information should be submitted electronically to the designated Contract Specialist. This notice emphasizes the Air Force's intent to streamline acquisition processes by utilizing the sole source provision under the Federal Acquisition Regulation (FAR).
    The 704th Test Group, specifically the 846th Test Squadron (846 TS), seeks proposals for a Tactical Aircraft test sled internal cockpit cooling system to enhance their testing capabilities at the Holloman High Speed Test Track. The cooling system must provide effective temperature regulation during testing scenarios involving ejection seat and manikin operations, ensuring critical components remain within specified temperature limits: cockpit cameras under 120°F, munitions below 160°F, and manikin components between 32°F and 158°F. Contractors are required to design a solution compatible with existing apparatuses while utilizing commercially available materials. The proposal includes delivering a conceptual design and supporting documentation, as well as on-site assistance during testing, limited to 355 labor hours. Key milestones include a preliminary design review within specific timelines. The primary aim is to optimize test conditions for aircraft egress evaluation and improve the overall safety and effectiveness of testing methodologies. This initiative reflects the commitment to innovative testing solutions for future military applications.
    Lifecycle
    Title
    Type
    Similar Opportunities
    M299 Longbow Hellfire - Sole Source to Lockheed Martin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
    HOTAS Declutter and PAWS
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is issuing a presolicitation for software development related to the Hands-On-Throttle-And-Stick (HOTAS) declutter and Pilot Alignment Warning System (PAWS) for the F-35 Joint Program Office. This procurement aims to enhance pilot interface by reducing symbology obstruction through HOTAS declutter and ensuring proper alignment of the Helmet Mounted Display (HMD) with PAWS notifications. The contract is being awarded on a sole-source basis to Lockheed Martin Aeronautics Company, located in Fort Worth, Texas, as only one responsible source can meet the agency's requirements. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Tom Baldauff at thomas.baldauff@jsf.mil or Daniel T. Haertle at Daniel.Haertle@jsf.mil.
    66--THERMOSTAT,AIRCRAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 35 units of aircraft thermostats on a sole source basis from Honeywell International Company. This procurement is critical as the thermostats are essential spare parts for the P-8 aircraft, and Honeywell is the Original Equipment Manufacturer (OEM) with exclusive rights to provide these components. Interested parties have 15 days from the notice publication to express their capabilities, with the solicitation expected to be issued on March 27, 2025, and proposals due by April 27, 2025. For further inquiries, interested vendors can contact Lara L. Szott at lara.l.szott.civ@us.navy.mil.
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the Electro-Optical Targeting System (EOTS) Gap Analysis Service, to be awarded to Lockheed Martin Corporation. This procurement aims to conduct a comprehensive gap analysis to establish software sustainment capabilities for the F-35 Joint Strike Fighter at Robins Air Force Base in Georgia, focusing on critical operational and technical data requirements. The services are vital for ensuring the integrity and effectiveness of military operations, particularly in software development and sustainment. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    J85 Cooler, Lubricating
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of the J85 Cooler, Lubricating, with an estimated quantity ranging from 868 to 5,211 units. This critical safety item is essential for aircraft engine cooling systems and is categorized under the NAICS code 336412, specifically for Aircraft Engine and Engine Parts Manufacturing. The government intends to negotiate with limited sources, primarily Honeywell International, Inc., and emphasizes the importance of technical capability and past performance in the selection process. Interested parties must submit their proposals by July 31, 2023, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    F-35 Lightning II Joint Program Office Next Generation Mission Planning (NGMP) - Synopsis
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, intends to award a sole source contract for the Next Generation Mission Planning (NGMP) related to the F-35 Lightning II program. This procurement aims to deliver mission planning tools and data handling capabilities to the U.S. Air Force, Navy, Marine Corps, and international partners, focusing on enhancing Block 4 capabilities through various engineering and development tasks. Lockheed Martin Aeronautics Company, the sole designer and integrator of the F-35, is the only responsible source capable of fulfilling these requirements due to its unique expertise and proprietary technology. Interested parties may submit capability statements within 15 days of this notice, and inquiries can be directed to Thomas Messier at Thomas.Messier@jsf.mil.
    Notice of Proposed Contract Action - Skydrate Bladder System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the Skydrate Bladder System, which includes various male/female kits, disposable collection bags, and batteries. This procurement is aimed at fulfilling specific operational needs at Mountain Home Air Force Base in Idaho, and the selected vendor will be OMNI Measurement Systems Inc. The Skydrate Bladder System is crucial for specialized flight clothing and accessories, enhancing the functionality and safety of air personnel. Interested parties are encouraged to submit capability statements or proposals for consideration, with a firm fixed price contract expected to be awarded around April 2, 2025. For further inquiries, Jeremiah Burns and Nathan Polk can be contacted via email or phone.
    F-16 Tester
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the procurement of 12 units of the F-16 Tester (NSN: 4920-01-527-2388). This solicitation aims to acquire a Pitot and Static Tester critical for the maintenance and repair of F-16 aircraft systems, emphasizing the need for timely delivery and compliance with stringent manufacturing qualification requirements. Interested vendors must demonstrate their capabilities, adhere to specific packaging and safety standards, and submit a comprehensive data package, with a qualification cost estimated at around $2,000 and a completion timeline of approximately 180 days. The due date for offers has been extended to March 21, 2025, and interested parties can contact Travis Bodily at travis.bodily@us.af.mil for further information.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    2835-LLNC04571 FLEX DUCT ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Cherry Point, NC, is preparing to issue a presolicitation for a sole source contract with Honeywell International for the procurement of a FLEX DUCT ASSEMBLY, specifically part number 2835-LLNC04571, related to F18 Pneumatics. This contract, which is expected to last 360 days, will be awarded under fixed price arrangements and will adhere to FAR 15 regulations, emphasizing the importance of engaging with established original equipment manufacturers while ensuring a competitive evaluation process. The solicitation will be available on the DLA Internet Bid Board System starting March 18, 2025, and will close on April 17, 2025; interested parties can express their interest in subcontracting by contacting the contracting officer, Eric Cummings, at 252-652-3753 or via email at Eric.Cummings@dla.mil.