F-35 Lightning II Lots 20-21 DCS
ID: N00019-25-RFPREQ-JSF000-0226Type: Presolicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the provision of Drag Chute Systems for the F-35 Lightning II Lots 20-21. This procurement is critical as it supports the operational capabilities of the F-35 Joint Program Office, which is essential for maintaining advanced military aviation standards. The anticipated award date for this contract action is in the second quarter of calendar year 2026, and interested parties may submit capability statements to Nicole Lawrence at Nicole.Lawrence@jsf.mil within fifteen days of this notice. Small businesses seeking subcontracting opportunities should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    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.
    USMC Specialized Parachutes - Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to award a sole source contract for specialized parachutes, specifically the Container Delivery System (CDS) and Joint Precision Airdrop System (JPADS) parachutes, to Airborne Systems North America of NJ Inc. This procurement is critical for ensuring mission readiness and personnel safety, as these parachutes are essential for various military operations involving aerial delivery. The contract is justified under Federal Acquisition Regulation Part 6.302-1(b)(1)(ii) due to Airborne Systems being the only contractor capable of meeting the stringent requirements necessary for these specialized parachutes. Interested parties may direct inquiries to Bianca Bishop at bianca.bishop.civ@usmc.mil or Eric G. Daniels at eric.g.daniels@usmc.mil within 15 days of the announcement, with the required delivery scheduled for the second quarter of Fiscal Year 2026.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a Basic Ordering Agreement (BOA) to RTX Corporation, Pratt & Whitney Military Engines, for engineering and logistics studies related to the F135 Propulsion System. The procurement aims to support the F135 Modifications Program by conducting investigations and providing sustainment support for the F135 fleet, leveraging Pratt & Whitney's unique expertise as the original designer and manufacturer of the propulsion system. This opportunity is critical for maintaining the operational readiness and performance of the F-35 Lightning II aircraft. Interested parties may submit capability statements, proposals, or quotations within fifteen days of this notice, and should direct inquiries to Alexander Chakrin at Alexander.Chakrin@jsf.mil or George Hubbard at George.Hubbard@jsf.mil.
    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.
    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.
    STATIC LINE, PERSONNEL PARACHUTE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Static Line, Personnel Parachutes for C-130 Aircraft, identified by NSN: 1670-01-706-5917. This contract, which is a Total Small Business Set-Aside, aims to secure an Indefinite Quantity Contract with an estimated annual requirement of 40 units over a six-month term, with delivery expected within 699 days after award. These parachutes are critical for aerial operations and require compliance with export control and configuration control standards. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 24, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    10--CHUTE,EJECTION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the Ejection Chute (NSN 1005015521226). This solicitation is classified under the NAICS code 332994, which pertains to Small Arms, Ordnance, and Ordnance Accessories Manufacturing, highlighting the critical nature of these components for military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 0812 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    Acalis Life of Type Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to solicit a proposal from Lockheed Martin for the procurement of Acalis 3U VPX COTS Chips, which are critical components for the F/A-18E/F Infrared Search and Track (IRST) Processor Weapons Replaceable Assembly (WRA). This procurement is being pursued as a sole source modification under the authority of 10 USC 2304 (C)(1), indicating that only one responsible source can meet the agency's requirements, as Lockheed Martin originally procured these parts. Interested parties may submit technical capability statements to demonstrate their ability to produce the required products, although the decision to pursue a competitive procurement remains at the discretion of the United States Government. For further inquiries, interested parties can contact Nicole Yeager at nicole.e.yeager.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil.
    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.