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 procurement aims to enhance testing capabilities by ensuring effective temperature regulation during critical testing scenarios, such as ejection seat and manikin operations, while maintaining specified temperature limits for various components. The initiative is vital for optimizing test conditions and improving safety and effectiveness in military applications. Interested parties are encouraged to submit capability statements or quotes by March 21, 2025, with the anticipated award date set for April 14, 2025. For further inquiries, contact 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
    Purchase Electronic Systems Test Set Adapters
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure two Electronic Systems Test Set Adapters from Lockheed Martin Corp. This procurement is a sole-source requirement, emphasizing the need for new items with clear traceability to the original manufacturer, Lockheed Martin, to ensure compliance with operational standards for U.S. Coast Guard aircraft. Interested vendors must submit their quotations by December 29, 2025, at 2:00 PM EST, with the anticipated award date set for January 6, 2026. For inquiries, contact Jordan Ownley at samuel.j.ownley2@uscg.mil, and include the solicitation number 70Z03826QE0000005 in the subject line.
    Intent to Award Sole Source - MTS Software
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, intends to award a sole-source contract for MTS TestSuite Software Support to MTS Systems Corporation. This procurement involves a firm-fixed-price order for 12 months of software support, which includes multiple licenses for various MTS TestSuite products, starting January 1, 2026. The software support is critical for maintaining the functionality of existing MTS test frames used for component and coupon testing, as MTS is the only authorized provider compatible with the laboratory's significant investment in MTS hardware and software. Interested parties may submit capability statements to Stephen Wenclewicz via email by December 22, 2025, at 11:00 PM EST, for consideration in a potential competitive procurement process.
    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.
    Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors to modernize and upgrade the LC-130H Polar Mission aircraft to the LC-130J variant. The objective is to find qualified firms capable of delivering a fully modified and integrated LC-130J that meets the specific requirements for polar missions, as the existing LC-130H fleet is being phased out. This modernization effort is critical for maintaining operational capabilities in polar environments, and the government may consider a sole-source contract with Lockheed Martin Corp. Interested contractors must submit their responses, including a Contractor Capability Survey, by December 22, 2025, with the RFI extended to 10:00 AM EST on January 12, 2026. For further inquiries, contact Amber Mathe at amber.mathe@us.af.mil or Hannah Tuck at hannah.tuck.1@us.af.mil.
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    J85 Cooler, Lubricating
    Dept Of Defense
    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-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the development of a Fuel System Component Test Stand, aimed at enhancing testing capabilities for military aircraft components. The procurement requires the design, installation, calibration, and training associated with the test stand, which will be executed under a Firm Fixed Price contract arrangement. This initiative is critical for ensuring the reliability and performance of aircraft fuel systems, thereby supporting operational readiness. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their offers by January 9, 2026, at 10:00 AM CST, and can direct inquiries to Sheridan Robison at sheridan.robison@us.af.mil. The project delivery period is set from January 16, 2026, to January 15, 2028, with additional stipulations regarding document access and compliance with environmental regulations.
    AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the production and engineering services of Air-to-Ground Missile Systems (AGMS), specifically targeting HELLFIRE and JAGM missiles for fiscal year 2026. The procurement aims to establish a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000, with a primary contract type of Firm Fixed Price and a secondary type of Cost Plus Fixed Fee, detailing specific missile variants and their respective minimum and maximum quantities. This acquisition is crucial for maintaining the operational readiness and effectiveness of U.S. military capabilities in guided missile technology. Interested parties must submit their proposals by January 26, 2026, at 4:00 PM CST, and all communications should be directed in writing to the DLA contracting team, specifically to Anna Phillips at anna.phillips@dla.mil or Mallory Medley.