Engineering Support Services for F-35 Aircraft Store Compatibility (ASC) Engineering Capability
ID: FA2486-25-R-XXXXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2486 AFTC PZZC (EGLIN)EGLIN AFB, FL, 32542-6883, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force, is conducting a market survey to identify sources capable of providing engineering support services for maintaining F-35 Aircraft Store Compatibility (ASC) engineering capability. The objective of this procurement is to sustain and enhance the organic ASC capability within the Air Force SEEK EAGLE Office (AFSEO), which is critical for testing and analyzing new aircraft/store configurations for the F-35A aircraft. Interested parties are encouraged to submit capabilities statements detailing their expertise in various engineering disciplines, including Physical Fit and Function, Aircraft and Store Loads, and Flutter and Dynamics, among others. For further inquiries, potential respondents can contact Heather Stiles at heather.stiles@us.af.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Engineering Support Services - Commercial Derivative Aircraft
    Active
    Dept Of Defense
    The Department of Defense is seeking sources for engineering support services related to commercial derivative aircraft, primarily based in Oklahoma City. The focus is on providing recurring and non-recurring engineering services. The former includes systems engineering, evaluations, and integration, while the latter comprises engineering tasks, projects, and assignments. This contract is aimed at supporting the Air Force's engineering inquiries and requirements. The North American Industrial Classification System code is 541330, with a size standard of $47 million. The two broad categories of work are further outlined in Attachment SSS-ESS-24-0001. Qualified vendors will provide a range of services to the government, including systems engineering support, evaluation of modifications, and on-site incident investigations. The contract is expected to be monetarily awarded and will likely be a fixed-price arrangement. Interested parties should reach out to the primary point of contact, Cameron Burton, via email at Cameron.Burton@us.af.mil, for further clarification and questions. Vendors should be prepared to meet the eligibility criteria and submit their applications following the guidelines outlined in the attachment. The deadline for submissions is yet to be determined.
    F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to issue one or more orders to Lockheed Martin Aeronautics Company for the F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface. The procurement requires a modular system capable of directly injecting synthetic EO/IR imagery into systems under test for various fixed-wing and rotary-wing platforms. This acquisition is critical for the F-35 "Lightning II" program, as Lockheed Martin is the sole designer and integrator of the aircraft, possessing the unique expertise and proprietary documentation necessary to meet the government's requirements. Interested parties may submit capability statements to Olivia Russ at olivia.russ@jsf.mil, although this notice does not constitute a request for competitive proposals, and there is no commitment from the government to issue a solicitation or award a contract.
    F-35 Transparency Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the procurement of components for the F-35 Transparency Removal System (TRS). This sources sought notice aims to conduct market research to identify qualified manufacturers capable of producing specific items associated with the TRS, as detailed by the National Stock Numbers (NSNs) provided in the attached documentation. The components are critical for military applications, reflecting the stringent safety and performance standards required for defense systems. Interested parties must submit their capabilities and relevant experience by 5 PM MST on October 14, 2024, to the primary contacts Jaide Sarchenko and Darin Barnes via their provided email addresses.
    F-35 Common Configuration Aggregation and Reporting Tool (CART) Development Phase 1 and 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is seeking to develop the F-35 Common Configuration Aggregation and Reporting Tool (CART) through a sole source contract with Lockheed Martin Aeronautics Company in Fort Worth, Texas. The initiative aims to enhance development and testing efficiencies by creating a capability to generate developmental build configurations from a single mission system software build release repository. This procurement is critical for the F-35 "Lightning II" Joint Program Office, as it involves proprietary technical documentation and expertise unique to Lockheed Martin, which is the sole designer and integrator of the F-35 aircraft. Interested parties may submit capability statements to Olivia Russ at olivia.russ@jsf.mil, although this notice does not constitute a request for competitive proposals, and the government retains discretion over the procurement process.
    HAFAD Integration Logistic Support ILS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Logistic Support (ILS) necessary to develop a level 1 & 2 depot for the F100-PW-229 engine. This procurement is categorized as other than full and open competition in accordance with FAR 6.302-4, indicating a specialized requirement for the support services. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance capabilities of the F100-PW-229 engine, which is vital for various military aircraft. Interested parties should contact Tammy Davis at tammy.davis.7@us.af.mil for further details regarding this opportunity.
    NSN2840-01-369-6005_SealAirAircraftG_F100_PN4080807_FD2030-25-00239
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought Synopsis to identify potential suppliers for the new manufacture of aircraft seals under National Stock Number (NSN) 2840-01-369-6005NZ. The objective is to determine whether the procurement can be competitive or set aside for small businesses, including classifications such as Service-Disabled Veteran-Owned and HUBZone businesses, with the anticipated place of performance at Tinker Air Force Base, Oklahoma. This initiative is part of the government's effort to enhance engagement with various business sectors while fulfilling its supply chain management needs for new spare parts and associated engineering qualifications. Interested vendors are encouraged to register and submit relevant business information, including size and certifications, to the primary contact at 421SCMS.Requirements.workflow@us.af.mil or the secondary contact at DLAAVIATION.AOB.SourcesSought@us.af.mil, as there is currently no funding allocated for this market research.
    F118 Digital Electronic Control (DEC) Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair of the F118 Digital Electronic Control (DEC) under a Sources Sought notice. The procurement aims to identify potential vendors capable of providing repair, overhaul, and remanufacture services for the DEC, ensuring that these components are returned to a "like new" condition, which is critical for military operations. This opportunity emphasizes the importance of maintaining high safety and quality standards, as outlined in the associated Repair Qualification Requirements and Performance Work Statement documents. Interested businesses, including small and disadvantaged firms, are encouraged to submit a Source Approval Request (SAR) by September 16, 2024, to express their interest and demonstrate their capabilities. For further inquiries, interested parties may contact Carrie Brown at carrie.brown.8@us.af.mil or Brock May at brock.may@us.af.mil.
    F-35 Joint Program Office Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking qualified contractors to provide Security Knowledge Based Services to support the F-35 Lightning II program. The objective is to ensure comprehensive security support across various disciplines, including General Security, Industrial Security, Information Security, Personnel Security, and Physical Security, to protect sensitive technology and manage classified information throughout the F-35 acquisition and sustainment lifecycle. This opportunity is critical for maintaining the operational integrity and security standards of the F-35 program, with a planned Indefinite Delivery/Indefinite Quantity (IDIQ) contract spanning five years and multiple task orders anticipated. Interested parties should review the draft Performance Work Statement (PWS) attached to the Request for Information (RFI) and submit their feedback by the specified deadline to Carla McCoy at carla.mccoy@jsf.mil or Benjamin Sherrill at benjamin.sherrill@jsf.mil.
    Honeywell Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting engineering services from Honeywell under a sole source opportunity. The primary objective of this procurement is to enhance the operational capabilities and reliability of Air Force weapon systems through specialized engineering, research, and technological support, as outlined in the Performance-Based Work Statement (PWS). This initiative is crucial for maintaining mission-essential services, particularly as Air Force assets age, ensuring the efficacy and safety of military operations. Interested parties can reach out to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Gerald Mosley at gerald.mosley.1@us.af.mil for further details, with proposals due by September 23, 2024, under solicitation number FA8109-24-R-0003.
    Engineering Change Proposal Integration Contract (EPIC) Phase 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is initiating a presolicitation for the Engineering Change Proposal Integration Contract (EPIC) Phase 3, aimed at providing non-recurring support for the F-35 "Lightning II" Joint Program Office. This contract will focus on redesigning structures and systems to address production and fleet deficiencies, emergent fleet issues, and improvements related to reliability, maintainability, and producibility, culminating in the development of Engineering Change Proposal packages. The contract is being pursued on a sole source basis with Lockheed Martin Aeronautics Company, the sole designer and manufacturer of the F-35 aircraft, due to their unique capabilities and proprietary technical documentation. Interested parties may submit capability statements or proposals within 15 days of the notice, and should direct inquiries to James T. Francisco or Daniel T. Haertle at the provided email addresses.