F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface
ID: N0001924F5007Type: Solicitation
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, 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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.
    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.
    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.
    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 Haswell IG Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for the Non-Recurring Engineering (NRE) required to replace the Haswell and Broadwell Image Generators (IGs) with new IGs compatible with the Windows 10 Operating System. This procurement is critical as several currently fielded simulators are unable to operate on WIN10, which is necessary to comply with Department of Defense cyber policy, necessitating an upgrade to the Aechelon IGs that represent the future hardware architecture for F-35 simulator visual systems. Interested parties should direct inquiries to Cameron Rifkin or Alexander Mowatt via their respective emails, and further details regarding funding amounts and deadlines will be provided during the solicitation process.
    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.
    16--EO-IR ACTUATOR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of EO-IR actuators, classified under NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The contract aims to secure high-quality components essential for various defense applications, emphasizing the importance of compliance with quality requirements and timely delivery. Interested vendors should note that all contractual documents will be considered issued upon transmission, and early deliveries are preferred. For inquiries, potential bidders can contact Carolyn A. Clark at 215-697-1073 or via email at carolyn.a.clark30.civ@us.navy.mil.
    THERMAL IMAGING SYS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is soliciting proposals for the repair and procurement of Thermal Imaging System components as part of a Foreign Military Sales (FMS) repair program. The contract is exclusively available to certified repair depots that comply with the NAVSEA DSOR approval process, emphasizing the importance of quality assurance and adherence to federal acquisition regulations throughout the procurement process. These thermal imaging systems are critical for military operations, ensuring effective detection and navigation capabilities. Interested parties should contact Stephanie Tran at YENSTEPHANIE.H.TRAN.CIV@US.NAVY.MIL or call 717-605-1362 for further details, as the solicitation outlines specific requirements for offers, including government source inspection and compliance with packaging standards for overseas shipments.
    12--SIGHT,REFLEX
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 135 units of the NSN 1240015547948, specifically a reflex sight. This procurement is critical for enhancing fire control equipment capabilities within military operations. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery is set for 157 days after the order is placed. For inquiries regarding this solicitation, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
    59--DISPLAY,OPTOELECTRO
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an optoelectronic display, specifically NSN 5980016641037, intended for delivery to the USS Gerald R. Ford (CVN 78). The procurement requires one unit to be delivered within five days after order placement, emphasizing the urgency and importance of timely supply for naval operations. This optoelectronic display is critical for various applications within military equipment, ensuring operational readiness and effectiveness. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.