F-35 Joint Program Office Security Support Services
ID: N0001924D0000Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The F-35 Joint Program Office (JPO) seeks qualified contractors to provide knowledge-based security support services for the F-35 acquisition and sustainment lifecycle. The JPO aims to ensure that the F-35 air system is capable, available, and affordable for U.S. and international military forces, garnering necessary expertise to protect sensitive technology against unauthorized access. The scope of the work includes managing various types of classified information and providing multi-disciplinary security support across multiple disciplines, such as General Security, Industrial Security, Information Security, Personnel Security, and Physical Security. Contractors must adhere to a strict set of federal regulations while delivering comprehensive security support, including risk management, compliance assessments, and training programs. The contract spans a 12-month base period with four optional extensions, addressing work conducted primarily at designated government sites in Arlington, Virginia, and other locations. Personnel involved must hold relevant certifications and training to ensure successful execution of security tasks. The contractor will be responsible for effective management, compliance, and communication with various stakeholders, ensuring the JPO's objectives are met while maintaining security standards and protocols standard within Department of Defense operations.
    The F-35 Joint Program Office (JPO) is seeking information through a Request for Information (RFI) regarding Security Knowledge Based Services to support the F-35 program. This RFI serves as a preliminary inquiry for planning purposes and is not a solicitation for proposals. The JPO intends to issue a Request for Proposal (RFP) for a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract over a five-year period, involving multiple task orders. Interested parties are encouraged to review a draft Performance Work Statement (PWS) attached to the RFI and provide feedback on its clarity and comprehensiveness. The JPO is particularly interested in understanding potential risks involved, capabilities of responding firms to meet the outlined tasks, and opinions on the appropriateness of a Firm Fixed Price (FFP) arrangement. Respondents are requested to submit UNCLASSIFIED responses by a specified deadline. Key points include the identification of security requirements across various program departments, the classification under NAICS 541990, and the emphasis on small business participation. This RFI is crucial for gathering industry insight to enhance the RFP’s quality and execution strategy, supporting the overall mission of the F-35 program.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    F-35 Joint Program Office (JPO) ALIS Formal Training
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking to award a Delivery Order under Basic Ordering Agreement N0001924G0010 for formal training on the Autonomic Logistics Information System (ALIS) related to F-35 operations. This training will be provided by Lockheed Martin and includes one week of formal instruction followed by three weeks of On-the-Job training, covering various aspects of ALIS, which is critical for managing maintenance, logistics, and operational readiness of the F-35 aircraft. The procurement is being pursued on a sole source basis, as Lockheed Martin is the only qualified source with the necessary expertise and proprietary technical documentation. Interested parties may submit capability statements or proposals within 30 days of this notice, and should contact Samuel Mathisson or Adam Townsley for further information.
    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.
    F-35 Jet Blast Deflectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the demolition of F-16 Jet Blast Deflectors and the installation of F-35 Jet Blast Deflectors at Naval Air Station JRB in Fort Worth, Texas. This procurement is part of a competitive process that has resulted in a Firm Fixed-Price contract awarded to Gutier, LLC, highlighting the importance of maintaining and upgrading military infrastructure to support advanced aircraft operations. Interested parties can reach out to primary contact Emily Crotta at emily.crotta@us.af.mil or by phone at 817-782-7832, or secondary contact Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil or 817-782-6194 for further details.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    F-35 Joint Program Office - Manned Tactical Simulator (MTS) Sorties
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking qualified contractors to provide customer training events at the Manned Tactical Simulation facility in Fort Worth, Texas, specifically for the F-35 Joint Program Office. The procurement involves executing multiple F-35 multi-ship simulator sorties, which encompass preparation, setup, mission planning, briefing, execution, and debriefing over various durations, including one to five-day training events. These training events are crucial for enhancing operational readiness and mission effectiveness for DoD partners utilizing the F-35 aircraft. Interested parties should contact Alexander Mowatt at alexander.mowatt@jsf.mil for further details, as this opportunity is set aside for 8(a) sole source under FAR 19.8 regulations.
    Request for Information - Air Force Public Key Infrastructure (PKI) Information Assurance Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified organizations to provide engineering support services for the Public Key Infrastructure (PKI) program. The objective of this Request for Information (RFI) is to gather market insights and identify capable sources that can assist in managing PKI operations, which are critical for cybersecurity and identity management within the Department of Defense and the Air Force. The services required include cybersecurity compliance, PKI certificate management, and the integration of PKI capabilities into various systems, ensuring no disruption in service and adherence to stringent security clearance requirements. Interested parties should submit their responses by the specified deadline, and for further inquiries, they can contact Richard Ashley at richard.ashley.1@us.af.mil. This RFI is part of a market research effort that may lead to a follow-on contract starting in June 2025.
    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.
    Engineering Support Services for F-35 Aircraft Store Compatibility (ASC) Engineering Capability
    Active
    Dept Of Defense
    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.