Unclassified IT Services for F-35 Lightning II Joint Program Office
ID: N0001925UnclassifiedType: Sources Sought
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Air Systems Command, is seeking information regarding Unclassified IT Services for the F-35 Lightning II Joint Program Office (JPO). The primary objective is to gather insights on IT and cybersecurity services to enhance operational effectiveness across various areas, including program management, data management, and technical support for the F-35 program. This initiative is crucial for maintaining a robust IT infrastructure that meets the needs of the U.S. Air Force, Navy, Marine Corps, and international partners, ensuring high service availability and compliance with Department of Defense guidelines. Interested parties are encouraged to submit capability statements by April 4, 2025, to Sanjana Garg at sanjana.garg@jsf.mil or John Meyers at John.Meyers@jsf.mil, as responses will inform the final acquisition strategy, although participation in this RFI is not mandatory for future proposals.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
The F-35 Joint Program Office (JPO) seeks contractor support for Information Technology (IT) and Cybersecurity Services for the F-35 Lightning II Joint Program. The contract aims to enhance operational effectiveness by providing comprehensive IT services, including program management, system maintenance, cybersecurity incident response, and user support. It emphasizes maintaining a robust IT infrastructure that meets the needs of the U.S. Air Force, Navy, Marine Corps, and international partners. The contractor will be responsible for ensuring high levels of service availability, conducting network security monitoring, managing software applications, and maintaining compliance with various Department of Defense guidelines. The arrangement includes operational management of critical devices and applications, telephony services, and video/audio teleconferencing support, ensuring a seamless communication environment. Additional tasks involve performing regular audits, developing performance metrics, and implementing asset management and configuration management processes. This program underscores the importance of leveraging advanced technology to achieve cost efficiency and operational excellence in support of national defense objectives, while adhering to strict regulatory standards and security protocols.
Apr 2, 2025, 3:06 PM UTC
The F-35 Joint Program Office (JPO) issued a Request for Information (RFI) to gather insights for Unclassified IT Support Services essential for the F-35 Lightning II program. This RFI aims to shape future acquisition strategies and does not serve as a formal proposal solicitation. The JPO seeks comprehensive IT and cybersecurity services for its Virtual Enterprise network to enhance mission effectiveness across various operational areas such as program management, data management, and technical support. Interested parties are encouraged to respond with capability statements detailing automation solutions, staffing plans, operational processes, vendor monitoring, and risk management strategies. Respondents must clearly identify any potential ambiguities in the draft Performance Work Statement (PWS) to aid in refining the requirements. The forthcoming RFP will be categorized under NAICS 541512 for Computer Systems Design Services, with a focus on small business participation. Responses must be submitted by April 4, 2025, and will be used to finalize the acquisition strategy, though participation in the RFI is not mandatory for future proposals. This initiative underlines the government's commitment to enhancing its IT infrastructure while considering industry expertise to meet operational demands.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Northrop Grumman Systems Corporation for the F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery. This procurement involves the inspection, verification, disassembly, packaging, handling, shipping, storage, and identification of Special Tooling (ST) and Special Test Equipment (STE) necessary for the F-35 program. The tooling and equipment are critical for maintaining the operational readiness and production capabilities of the F-35 aircraft. Interested parties may submit capability statements within fifteen days of this notice, with the anticipated contract award date expected in the third quarter of calendar year 2025. For inquiries, contact Joseph Delmontagne at joseph.delmontagne@jsf.mil or Farida Eady at farida.eady2@jsf.mil.
CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
Buyer not available
Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is conducting a Request for Information (RFI) regarding the Undergraduate Jet Training System (UJTS) aimed at enhancing training for U.S. Navy and Marine Corps jet aviators. This initiative seeks input on various aspects, including air vehicle specifications, training device mixes, and integrated Live/Virtual/Constructive training solutions, with the goal of achieving Initial Operational Capability swiftly while maintaining high training quality. The UJTS program is critical for developing effective aviation training solutions, ensuring that naval aviators are well-prepared for their operational responsibilities. Interested parties are encouraged to participate in a virtual Industry Day on April 17, 2025, and must submit their responses by April 30, 2025, to the primary contact, Thomas Conrow, at thomas.w.conrow.civ@us.navy.mil, or the secondary contact, Erin Allison, at erin.e.allison.civ@us.navy.mil.
Joint Theater Level Simulation-Global Operations Support
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors to provide technical and engineering services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. The procurement aims to enhance joint military training and operational readiness by supporting the development, maintenance, and operational enhancements of the JTLS-GO software, which is crucial for multi-level training and analysis for U.S. military personnel and coalition partners. Interested parties must possess a TS-SCI security clearance and are invited to submit their capabilities, experience, and personnel qualifications by April 28, 2025, as part of this Request for Information. For further inquiries, potential respondents can contact Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.
FA823225ESA - F-16 Avionics Hardware and Software Integration - Sources Sought
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking engineering services for the modification of Operational Flight Program (OFP) software and hardware integration for the F-16 aircraft, specifically targeting five subsystems including the Commercial Central Interface Unit (CCIU) and Advanced Color Multi-Function Display (ACMFD). This procurement is critical for enhancing the operational capabilities of the F-16 systems, with the government planning to award a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, anticipated in May 2025, under sole-source authority to ELBIT Systems of America. Interested vendors are invited to submit capability statements within 45 days of the notice, and inquiries should be directed to Contract Specialist Kayla Flores at kayla.flores@us.af.mil or by phone at 801-777-3280.
Technical Services for Control Systems (Lockheed Martin) - N64498-25-RFPREQ-PD-50-0003
Buyer not available
The Department of the Navy, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking technical services for control systems related to the DDG-51, Freedom variant, and LHA-8AF under a Request for Information (RFI). The procurement aims to gather market insights for design agent engineering and technical services, including software support, engineering design, logistics, and troubleshooting, with a focus on lifecycle engineering for Hull, Mechanical, and Engineering (HM&E) Control Systems. This initiative is critical for sustaining Navy vessels and enhancing operational effectiveness, as it emphasizes collaboration with contractors to provide expert technical support. Interested parties must submit their capabilities in response to the RFI by April 22, 2025, and can contact William Devito at william.j.devito8.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil for further information.
DMSI Architecture RFI 2025
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information from vendors regarding the DMSI Architecture RFI 2025, aimed at supporting the Depot Maintenance Systems Integration (DMSI) systems. The RFI requests capabilities related to software architecture, security frameworks, and experience in Department of Defense environments, with a focus on compatibility and conversion to PHP web frameworks. This initiative is crucial for enhancing the management and inventory systems within DMSI, ensuring ongoing development and support. Interested vendors must submit a comprehensive capability statement by April 21, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Eric Lagasse at eric.lagasse@us.af.mil or Heather Garay at heather.garay.1@us.af.mil.
M Series Operational Flight Program (OFP) Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide operational flight program (OFP) support for the F-16 Modular Mission Computer (MMC) as part of a five-year contract initiative. The procurement aims to identify sources capable of delivering and integrating software development, maintenance, and support for various components including the Board Support Package (BSP), Built In Test (BIT), middleware, and firmware necessary for the M Series OFP updates. This capability is critical for enhancing situational awareness and tactical response in combat environments, ensuring that the F-16 aircraft remain effective against evolving threats. Interested parties must submit their qualifications and relevant experience to Kali Miller at kali.miller@us.af.mil and Marcella Iverson at marcella.iverson@us.af.mil within 30 calendar days of this notice, as the government does not intend to award a contract based on this request for information.
RFI OSAIS-ONE ACQUISTION SOLUTION FOR INTEGRATED SERVICESS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Request for Information (RFI) regarding the OASIS-ONE Acquisition Solution for Integrated Services, aimed at supporting the 67th Cyberspace Wing at Joint Base San Antonio. The RFI focuses on understanding the capabilities of the 8(a) Small Business subpool to fulfill critical labor categories necessary for enhancing operational readiness and cybersecurity missions, which include managing and defending global Air Force cyberspace networks. This initiative is vital for ensuring mission effectiveness in cyberspace operations, with contractors expected to provide qualified manpower for various tasks outlined in the Performance Work Statement (PWS). Interested parties must submit their responses, limited to three pages and devoid of proprietary information or pricing details, by April 28, 2025. For further inquiries, contact Taurean Clark at Taurean.Clark@us.af.mil or call 380-457-2901.
Flat Panel Up Front Controller (FPUFC) - Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of repairing the Flat Panel Up Front Controller (FPUFC), identified by NSN 5895-01-530-1899FX and PN A05A0249-12. The government seeks contractors with the necessary repair data, expertise, and capabilities to meet the qualification requirements, as the original manufacturer, L-3 Aviation Products, is currently the sole source for these repair services. This opportunity is critical for maintaining operational readiness, as the FPUFC is essential for the F-15E aircraft, and the government does not own the technical data required for alternative repair methods. Interested parties must submit their capabilities documentation by April 21, 2025, and can direct inquiries to Trinity Choo at trinity.choo@us.af.mil, with additional contacts provided for support.