LM RMS DALO Hot Desk Support
ID: N00019-24-RFPREQ-APM299-0466Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to Lockheed Martin Rotary and Mission Systems (LM RMS) for Hot Desk support related to the Denmark Acquisition and Logistics Organisation (DALO) program for the (MH)-60R operational aircraft. This procurement aims to secure unique reach back support for the DALO MH-60 platform, which is critical for maintaining operational readiness and efficiency of the aircraft. The contract is projected to span from June 2025 through June 2030 and will be awarded on a sole source basis, as LM RMS is the only entity with the necessary expertise and resources to fulfill the requirements. Interested parties can direct inquiries to Shannon Wallace or Lynn E. Fletcher via their provided email addresses, and subcontracting questions should be directed to Megan Robinson at Lockheed Martin.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    LRASM Production Acceptance Testing (PAT) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for Production Acceptance Testing (PAT) support related to the Long-Range Anti-Ship Missile (LRASM). The contract will be awarded as a Cost-Plus Fixed Fee Delivery Order under Basic Ordering Agreement N00019-23-G-0002, focusing on tasks necessary for conducting the PAT event. Lockheed Martin is uniquely qualified to fulfill these requirements due to its role as the sole designer, developer, and manufacturer of the LRASM, possessing the necessary expertise and technical data. Interested parties may submit capability statements or proposals for consideration, but the Government retains discretion over the competitive process. For further inquiries, contact Rebecca Johnson at rebecca.r.johnson47.civ@us.navy.mil or Teresa Mellies at teresa.r.mellies.civ@us.navy.mil.
    Repair of NIIN 016504230 / NOMEN: RDP
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole-source contract for the repair of the RDP (NSN 016504230) from Lockheed Martin Corp, the Original Equipment Manufacturer (OEM). The procurement involves the purchase of one unit of the specified radar equipment, which is critical for airborne applications, and no alternative sources are available due to the lack of drawings or data owned by the government. Interested parties have 35 days from the notice to submit capability statements or proposals for consideration, although the government plans to award the contract to Lockheed Martin, as they are the only approved source for this material. For further inquiries, interested organizations can contact Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil.
    FMS Repair of COMPUTER, FLIGHT DIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a "COMPUTER, FLIGHT DIR" specifically for the MH-60R platform, identified by National Stock Number 7R6610015060044. Contractors are required to adhere to various Federal Acquisition Regulation (FAR) clauses, including those related to confidentiality, executive compensation reporting, and safeguarding contractor information systems, with a delivery period of 90 calendar days from the induction date. This procurement is critical for maintaining operational and functional capabilities of flight instruments used in military aviation. Interested parties should contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details regarding the solicitation, N0038326QN001.
    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.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    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.
    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.
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.
    MH-60 Service Life Modernization (SLM) Program (PMA-299) Industry Day_Jan2026
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is announcing an upcoming Industry Day for the MH-60 Service Life Modernization (SLM) Program, scheduled for late January 2026. This virtual event, conducted via the Naval Aviation Systems Consortium (NASC), aims to inform industry stakeholders about the modernization efforts for the MH-60R and MH-60S helicopters, which are critical multi-mission platforms for the U.S. Navy and allied forces. The MH-60 helicopters play a vital role in various operations, including Anti-Submarine Warfare and Special Operations, and are integral to naval aviation's operational capabilities. Interested parties should note that access to the official Industry Day posting will be limited to NASC members, and for further inquiries, they can contact Eric J. Richey at eric.j.richey.mil@us.navy.mil or by phone at 301-757-3001.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.