Sole Source: 77794 - OPIR NEXT GEN SATELITE GAP ANALYSIS
ID: FA857925R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, specifically the U.S. Air Force, is soliciting a sole source contract for the "Next Generation Overhead Persistent Infrared (Next-Gen OPIR) Gap Analysis," to be awarded to Lockheed Martin Corporation. This contract aims to facilitate the transition from the Space Based Infrared System (SBIRS) to new satellite systems, focusing on software sustainment requirements at the 309th and 402nd Software Engineering Groups. The project is critical for enhancing the U.S. military's capabilities in missile warning and surveillance, ensuring compliance with quality management and cybersecurity standards throughout its execution. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett or Lasonia Anderson via their provided email addresses. The contract includes a structured timeline for deliverables, with a performance period divided into phases, emphasizing the importance of documentation and regular status updates.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a DD Form 1423-1, which serves as a Contract Data Requirements List (CDRL) for a specific contract associated with the Next Generation Overhead Persistent Infrared (OPIR) Gap Analysis, awarded to Lockheed Martin Corporation. This form details the requirements for submitting a Technical Report on Personnel and Base Operating Support. It outlines critical information such as submission timelines, distribution statements, and responsibilities for inspection and approval. The key data items include a requirement for one-time report submission within 150 calendar days after contract award and subsequent updates as requested by the Program Manager. It specifies item classifications, such as Technical Data Packages (TDP) and Technical Manuals (TM), and the necessary distribution controls to protect sensitive technical data. The form includes instructions for government personnel and contractors regarding data management, delivery formats, and pricing considerations related to the data items being reported. This document plays a vital role in ensuring that contractors comply with government information requirements, enhancing both administrative efficiency and operational effectiveness in defense-related projects.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for documenting specific data items required under a federal contract, particularly applicable to the Department of Defense. It outlines various sections that need to be completed, including contract line item numbers, contractor details, and data item specifications. The form is intended to ensure that contractors provide essential technical information in a standardized format while clarifying submission timelines, distribution requirements, and approval processes. The technical report referenced, titled "Facilities Management Report," is crucial for managing the Next Gen OPIR gap analysis and is to be submitted electronically in Microsoft Office-compatible formats. The report's delivery is scheduled for 150 days after the contract award, with updates required based on program manager requests. The distribution statement restricts access to U.S. Government agencies and their contractors to protect sensitive data from uncontrolled dissemination. Overall, the form standardizes technical reporting within the context of government procurement, ensuring compliance and efficiency in data management.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense to manage data submissions for government contracts. This document specifies the obligations of contractors regarding the delivery of technical data and reports associated with their contracts. It details key administrative aspects such as the contract line item, contractor information, data item specifications, and submission timelines. Notably, it outlines the requirement for a Technical Report on Information Technology & Networking, with a single submission due within 150 days of contract award, and subsequent updates as requested by the Program Manager. The report is to be distributed to designated government officials in an electronic format. The CDRL emphasizes the importance of compliance with formatting standards and distribution statements to protect sensitive technical data from unauthorized dissemination. This structured approach ensures that necessary technical information is provided efficiently, supporting government oversight and operational needs in the execution of contracts, particularly for complex projects like the Next Gen OPIR Gap Analysis by Lockheed Martin Corporation.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a specific contract, involving a Technical Report for the "Next Gen OPIR Gap Analysis" by Lockheed Martin Corporation. The form defines parameters for data submission, including titles, required formats, and distribution criteria, and it emphasizes the necessity for technical data to be properly formatted according to the established guidelines (DI-MISC-80508B/T). Importantly, the document stipulates that the contractor must submit the report as soon as it is generated, with subsequent updates as required by the government. The report's distribution is restricted to U.S. Government Agencies and their contractors, safeguarding sensitive operational information. An essential component of the contractual relationship outlined here is the management of costs associated with data preparation, specifying various price groups based on the data's significance to the contractor’s efforts. This form serves to ensure that the contractor fulfills data-related obligations effectively while maintaining compliance with government standards and privacy requirements. The specificity of submission dates and requisite content highlights the structured approach of the federal contracting process, demonstrating thorough oversight by the contracting officers involved.
    The document is the DD Form 1423-1, titled "Contract Data Requirements List," which outlines requirements for submitting technical data associated with government contracts, specifically for Lockheed Martin Corporation's contract on the Next Gen OPIR Gap Analysis. It includes details regarding data delivery, inspection, and approval processes. The form specifies that the contractor must submit a Technical Report on the Software Development Life Cycle (SDLC) within 150 calendar days and allows for revisions as requested by the Program Manager. The document emphasizes the confidentiality of technical data, outlining distribution restrictions to government agencies and their contractors. It requires that data submissions conform to specified military standards and contains instructions for both government personnel and contractors regarding completion of the form, classification of data items, and pricing categories. The main purpose of the DD Form 1423-1 is to ensure compliance with data submission requirements and facilitate effective communication between the contracting parties in governmental contracting processes.
    The DD Form 1423-1, issued by the Department of Defense, serves as the Contract Data Requirements List (CDRL) outlining requirements for the submission of technical data by contractors. This specific document outlines the contract details for the Next Gen OPIR Gap Analysis, contracted to Lockheed Martin Corporation. It details the needed technical report on training that must be submitted 150 calendar days after the contract award, with subsequent updates required as specified by the Program Manager. Key elements include specific blocks for listing contractual information, data item descriptions, required frequencies of submissions, and distribution implications, ensuring the secure and effective management of technical data. A unique distribution statement restricts dissemination outside U.S. Government agencies and contractors for administrative or operational use. The document emphasizes compliance with various directives and military specifications, ensuring data adheres to prescribed formats and content standards. This process is crucial for maintaining the integrity of technical data during government contracting, reflecting a systematic approach to data requirements essential for project success and regulatory compliance within federal and state contracting frameworks.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense to outline data requirements for contractors. It primarily serves to request specific technical data items related to a contracted project, in this case, the "Next Gen OPIR Gap Analysis" involving Lockheed Martin Corporation. Essential details include the data item number, title, frequency of submission, distribution requirements, and notes on the protection of technical data. The report emphasizes that the contractor must generate a Technical Report - Operations and Process and submit it within set timelines, with one-time submissions followed by revisions as needed. All data must comply with Government specifications regarding format and delivery, with stringent distribution restrictions aimed at protecting sensitive information. The document underscores the importance of proper administration and communication protocols between the contractor and government representatives while ensuring compliance with federal regulations concerning technical data management. It ultimately defines expectations for data delivery and management as part of the contractual agreement.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the Department of Defense for managing data items associated with government contracts. It includes various sections detailing the contract line item number, exhibit, categories, contractor information, and specifications regarding data submission and distribution. The key purpose of this form is to ensure that contractors provide essential technical data, such as technical reports and data packages, following specified formats and timelines. The document emphasizes the requirement for timely submissions, specifying that a technical report is to be delivered within 150 calendar days post-award and allows for updates upon request from the program manager. Distribution is limited to U.S. Government Agencies and their contractors to protect sensitive information. The summary also notes guidance for government personnel and contractors on completing the form, such as identifying the data item category and estimating associated costs based on the effort required. Overall, this form facilitates compliance with government regulations while ensuring the delivery of critical technical data for contract performance.
    The document primarily discusses the "Contract Data Requirements List" (CDRL) as per DD Form 1423-1, specifically for Lockheed Martin Corporation concerning the Next Gen OPIR Gap Analysis project. It outlines necessary data submissions, including a Personnel Roster that should list employee details such as roles, contact information, and security clearances. The form mandates that this roster be submitted within five days of contract award and updated promptly when personnel changes occur. Additionally, it includes guidelines for data distribution, with specific instructions on who receives these documents and in what format. Key aspects include the categorization of the data, the responsibility of the contractor in reporting and maintaining compliance, and the overall framework for ensuring that the Government has necessary oversight on technical data involved. The document's structure provides a detailed guide for both government personnel and contractors to fulfill the requirements efficiently, emphasizing adherence to established protocols for data submission and management within the context of federal contracts and RFPs.
    The DD Form 1423-1 serves as a Contract Data Requirements List crucial for federal contracts, specifically detailing data item specifications needed by contractors for compliance. Primarily aimed at ensuring transparency and consistency, it outlines the information required from the contractor—such as the data item number, title, authority, submission dates, and distribution statements. This form demands a Monthly Status Report (MSR) from Lockheed Martin Corporation regarding the Next Gen OPIR Gap Analysis project, emphasizing timely updates and adherence to the Performance Work Statement (PWS). Key directives include proper formatting of reports, protection of sensitive technical information, and anticipated costs related to data item development. The document highlights the contract's administrative requirements, clarifies distribution of reports, and lays down the expectations for compliance and quality assurance. Overall, it underscores the importance of structured reporting in federal contracts and the necessity for contractors to deliver requisite data effectively and timely, ensuring alignment with government standards.
    The document features the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the Department of Defense for overseeing data deliverables from contractors. It outlines the necessary data items that must be provided in relation to specific government contracts, detailing aspects such as the contractor's identity, contract references, and submission schedules. Each data item is categorized as a Technical Data Package, Technical Manual, or Other, depending on its nature. The CDRL also stipulates the distribution and reporting requirements, indicating that specified data must be submitted both as an initial report and in updated monthly status formats. The document emphasizes the importance of safeguarding technical data for operational use, particularly during contract execution. Furthermore, it provides instructions for contractors regarding the pricing of data items based on four distinct price groups, ensuring that costs are accurately estimated for government-required data. This structured approach aims to ensure compliance, quality, and timely delivery of essential information, supporting effective contract management and operational efficiency in government projects.
    The document outlines the Contract Data Requirements List (CDRL) for a project titled "Next Gen OPIR Gap Analysis," managed by Lockheed Martin Corporation. The CDRL specifies requirements for the Quality Program Plan (QPP), detailing the contractor's obligations regarding data submission and compliance. It categorizes data items and mandates a one-time report submission within 15 days after contract award, with subsequent updates as requested by the Program Manager. Distribution of the data is limited to U.S. Government agencies, ensuring the protection of technical information. The document includes structured parts, dictating the submission frequency, required addressees, and the format for report delivery. It emphasizes essential compliance with established quality control and assures documentation standards are met for the successful execution of the contract. Ultimately, the CDRL serves as a guideline for the management and delivery of vital project data, aligning with federal requirements for contract execution and oversight.
    The document outlines a Performance-Based Work Statement (PWS) for the activation gap analysis of the Next-Generation Overhead Persistent Infrared (Next-Gen OPIR) program, managed by the U.S. Air Force Sustainment Center. It aims to transition from the Space Based Infrared System (SBIRS) to new satellite systems while determining the requirements for Software sustainment at the 309th and 402nd Software Engineering Groups (SWEG). The contract entails a structured timeline divided into a 30-day phase-in, 120-day execution, and 60-day phase-out period, with detailed deliverables including technical reports on labor categories, facilities management, IT/networking, lab environments, software development life cycle, training, operations, and technical data. Emphasis is placed on documentation, quality management, cybersecurity, and compliance with relevant regulations. Regular status updates, site visits, and knowledge transfer processes are mandated to ensure effective project execution. The document serves as a comprehensive guide for contractors to meet the requirements and successfully deliver on the objectives of the Next-Gen OPIR software workload.
    The Quality Assurance Surveillance Plan (QASP) for the Next Generation Overhead Persistent Infrared (Next-Gen OPIR) program outlines procedures to ensure contractor performance meets contract standards. This program aims to replace the Space Based Infrared System (SBIRS) using satellites from Lockheed Martin and Northrop Grumman, which will offer early warnings of ballistic missile threats. The contractor will conduct gap analyses to identify performance deficiencies and support the Software Engineering Group at Robins AFB, Georgia. The QASP emphasizes the government's role in overseeing contractor performance, detailing monitoring processes, performance objectives, and evaluation methods. Key personnel responsibilities include the Program Manager, Contracting Officer, and Contracting Officer's Representative, who will ensure compliance and document performance through various reports. A Surveillance Matrix is used to outline performance standards and ratings categorizing contractor performance from “Exceptional” to “Unsatisfactory.” The QASP aims to ensure early identification of issues to minimize any disruption to mission objectives and includes a corrective action process to address non-compliance, further ensuring adherence to the project’s overall goals.
    The document outlines the specific performance objectives, monitoring methods, and compliance requirements for a contractor engaged in a government project. It includes essential tasks such as attending a Project Kick-off meeting, submitting a key personnel roster, and developing a Project Planning Chart within set timelines. The contractor is responsible for delivering all Technical Reports as per the agreed schedule and ensuring that the content addresses all specified criteria. Additionally, it mandates the submission of Monthly Status Reports detailing accomplishments, task progress, and personnel changes, with a 95% on-time delivery requirement. The contractor must acknowledge and respond to any technical inquiries promptly, showcasing responsiveness to the government. Lastly, the document emphasizes a Quality Program Plan due shortly after contract award to highlight the contractor’s commitment to quality management. Overall, the file serves as a performance work statement (PWS) that delineates the expected deliverables and compliance standards for contract execution, ensuring accountability and transparency in government-funded projects.
    The document outlines the solicitation for a contract related to the Women's-Owned Small Business (WOSB) program, specifically focusing on the NextGen GEO OPIR Satellite Gap Analysis for the U.S. Air Force. It details essential information for bidders, including the requisition and contract numbers, key dates for submission, and contact information for inquiries. The contract includes a firm, fixed-price arrangement for various phases of the gap analysis, along with associated reports and deliverables. The requirements emphasize collaboration with Lockheed Martin to assess software sustainment capabilities for the satellite flight software. Specifications detail the inspection and acceptance processes, delivery schedules, and various required reports, such as the Monthly Status Report and other technical documents. The document incorporates relevant FAR and DFARS clauses regarding small business contracting, ensuring compliance with federal regulations. Overall, the solicitation promotes opportunities for women's business enterprises while outlining the technical and administrative framework necessary to execute the contract successfully within the given performance period.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    GEOINT/Infrastructure Field Support System Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    NEXTGEN FLIR Replacement
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is conducting market research for the NEXTGEN FLIR Replacement, specifically seeking sources for improved rotary wing electro-optical sensor systems. The objective is to identify potential suppliers capable of providing non-developmental airborne turreted sensor systems that meet the Government's System Performance Specification (SPS), which is controlled unclassified information subject to U.S. export controls. This procurement is critical for enhancing operational capabilities in night vision and surveillance applications. Interested parties must submit their statements of interest and qualifications by January 12, 2026, to Ms. Julia Kennedy at julia.a.kennedy.civ@socom.mil, with no obligation for the Government to issue a solicitation based on the responses received.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    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.