HOTAS Declutter and PAWS
ID: N00019-25-RFPREQ-JSFAV-0293Type: Presolicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP (AC15)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command, is issuing a presolicitation for software development related to the Hands-On-Throttle-And-Stick (HOTAS) declutter and Pilot Alignment Warning System (PAWS) for the F-35 Joint Program Office. This procurement aims to enhance pilot interface by reducing symbology obstruction through HOTAS declutter and ensuring proper alignment of the Helmet Mounted Display (HMD) with PAWS notifications. The contract is being awarded on a sole-source basis to Lockheed Martin Aeronautics Company, located in Fort Worth, Texas, as only one responsible source can meet the agency's requirements. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Tom Baldauff at thomas.baldauff@jsf.mil or Daniel T. Haertle at Daniel.Haertle@jsf.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    HOTAS Declutter and PAWS
    Currently viewing
    Presolicitation
    Similar Opportunities
    F-35 Lightning II Joint Program Office Next Generation Mission Planning (NGMP) - Synopsis
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, intends to award a sole source contract for the Next Generation Mission Planning (NGMP) related to the F-35 Lightning II program. This procurement aims to deliver mission planning tools and data handling capabilities to the U.S. Air Force, Navy, Marine Corps, and international partners, focusing on enhancing Block 4 capabilities through various engineering and development tasks. Lockheed Martin Aeronautics Company, the sole designer and integrator of the F-35, is the only responsible source capable of fulfilling these requirements due to its unique expertise and proprietary technology. Interested parties may submit capability statements within 15 days of this notice, and inquiries can be directed to Thomas Messier at Thomas.Messier@jsf.mil.
    F-35B LHA-8 Flight Tech Certification Plan
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for the F-35B LHA-8 Flight Tech Certification Plan, a critical initiative aimed at ensuring the operational readiness and certification of the F-35B aircraft. This procurement will involve comprehensive research and development services related to military aircraft, specifically focusing on the certification processes necessary for the F-35B variant. The successful contractor will play a vital role in enhancing the capabilities and performance of the F-35B, which is essential for modern military operations. Interested parties can reach out to Tom Baldauff at thomas.baldauff@jsf.mil or call 570-851-8812 for further details, while Daniel T. Haertle is also available at Daniel.Haertle@jsf.mil or 410-507-0656 for additional inquiries.
    Notice of Intent to Lockheed Martin Corporation
    Buyer not available
    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 system is crucial for enhancing testing capabilities, ensuring effective temperature regulation during ejection seat and manikin operations, and maintaining critical component temperatures within specified limits. The anticipated award date is April 14, 2025, and while this is not a request for competitive proposals, the Government welcomes capability statements or quotes from other responsible sources by March 21, 2025. Interested parties should submit their information electronically to the designated Contract Specialist, Nathan Jaye, at nathan.jaye@us.af.mil, or Brett Moore at brett.moore.6@us.af.mil.
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the Electro-Optical Targeting System (EOTS) Gap Analysis Service, to be awarded to Lockheed Martin Corporation. This procurement aims to conduct a comprehensive gap analysis to establish software sustainment capabilities for the F-35 Joint Strike Fighter at Robins Air Force Base in Georgia, focusing on critical operational and technical data requirements. The services are vital for ensuring the integrity and effectiveness of military operations, particularly in software development and sustainment. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    UNIVERSAL HAND CONT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of a specific part number (P/N 3204853-206) related to universal hand control systems. The procurement is governed by Emergency Acquisition Flexibilities and requires compliance with all local publications, specifications, and drawings provided by FLIR Systems Inc. This item is crucial for maintaining operational readiness and supporting various defense-related applications. Interested vendors can reach out to Daniel MacDonald at 215-737-3766 or via email at DANIEL.MACDONALD@DLA.MIL for further details regarding the solicitation process.
    M299 Longbow Hellfire - Sole Source to Lockheed Martin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
    10--TAILCONE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of two Tailcone Assemblies under a sole source contract with L3 Harris Technologies Inc. The specific requirement involves the repair of NSN 7R-1095-016106975-FA, with no available drawings or data for alternative sourcing, as L3 Harris is the Original Equipment Manufacturer (OEM) and the only known source for this part. This procurement is critical for maintaining operational readiness and is not set aside for small businesses, with proposals due within 45 days of the presolicitation notice. Interested parties can submit their capabilities and qualifications via email to Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil, with an anticipated award date in July 2025.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    HEADS UP COMPUTER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of newly manufactured spares under the title "HEADS UP COMPUTER." This contract requires suppliers to provide fixed-price items that meet specific quality standards, including FAA certification for parts, and emphasizes the necessity for compliance with various federal regulations and clauses related to quality assurance and procurement processes. The items are critical for military operations, and the solicitation is issued under emergency acquisition authorities, waiving the synopsis requirement due to urgency. Interested vendors should direct inquiries to Michael Offenbacker at 215-737-0466 or via email at MICHAEL.OFFENBACKER@DLA.MIL, and must ensure that their proposals are submitted in accordance with the outlined requirements to be considered for award.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.