LRASM MOFP F-16 Test & Support Update
ID: N00019-25-RFPREQ-WPM201-0198Type: Presolicitation
Overview

Buyer

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

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILES (1410)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to enter into sole source negotiations for a Cost-Plus-Fixed-Fee Delivery Order with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for support related to F-16 Integration Systems Integration Laboratory testing and technical interchanges. This procurement is critical as LMMFC is the sole designer, developer, manufacturer, and integrator of the Long-Range Anti-Ship Missile (LRASM), possessing the unique knowledge and technical data necessary to meet the government's requirements within the specified timeframe. Interested parties may submit capability statements or proposals for consideration, although the government retains discretion over the decision to compete this effort. For further inquiries, interested vendors can contact Brittany N. Graves or Teresa Mellies via their respective emails provided in the opportunity overview.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
F-35 Flight Test Instrumentation
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking to procure flight test instrumentation (FTI) for the F-35 Lightning II aircraft from Lockheed Martin Aeronautics Company, based in Fort Worth, Texas. This procurement aims to support the test and evaluation of modernization efforts, including Follow on Modernization Block 4 and Block 5, as well as future weapons integration, encompassing system engineering, design, integration, and support services. The contract will be pursued on a sole source basis, as Lockheed Martin is the only qualified source capable of fulfilling these specialized requirements due to its unique expertise and proprietary technical documentation. Interested parties may submit capability statements, but no competitive proposals will be accepted, and all inquiries should be directed to Bryana Lockwood at bryana.lockwood@jsf.mil.
TR-3 Follow-On Activities
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for the TR-3 Follow-On Activities related to the F-35 “Lightning II” Program. This procurement focuses on the incremental modernization efforts for the F-35, including the development and delivery of Block 4 and Block 5 upgrades, systems engineering, prototype construction, and comprehensive testing to ensure operational readiness and system integration. The contract will be awarded on a sole source basis to Lockheed Martin Aeronautics Company, the sole designer and manufacturer of the F-35, due to their unique capabilities and proprietary knowledge. Interested parties may submit capability statements within 15 days of this notice, and for subcontracting opportunities, they should contact Sean Lightcap at 817-584-1276.
Mid Range Capability (MRC) Production
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.
FMS Repair of POWER SUPPLY
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of a POWER SUPPLY from Lockheed Martin, the Original Equipment Manufacturer (OEM). The procurement specifically targets the repair of part number 149D4377G1, which is critical for maintaining operational capabilities within the Navy's electrical equipment systems. This contract is expected to last for one year, and interested parties must submit their capability statements to the primary contact, Alyssa T. Thieu, at alyssa.t.thieu.civ@us.navy.mil, within 15 days of this notice, with proposals accepted for 45 days following publication. This opportunity is not set aside for small businesses, and no hard copies of the solicitation will be distributed.
Notice of Intent to Sole Source Lynx OS 7.0 Software Support
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by April 29, 2025, and can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
F-35 Follow on Modernization Block 5 Upgrades
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for the F-35 Follow on Modernization Block 5 upgrades, with a focus on contract actions directed towards Lockheed Martin Aeronautics Company in Fort Worth, Texas. The procurement aims to facilitate developmental efforts for Block 4 and Block 5 upgrades, including systems engineering, prototype construction support, and comprehensive testing to ensure the F-35 Air System meets future operational requirements. This initiative is critical for maintaining the operational readiness and technological advancement of the F-35 aircraft, which is vital for national defense. Interested parties may submit capability statements or proposals within 15 days of the notice publication, and for subcontracting opportunities, they should contact Sean Lightcap at 817-584-1276.
1680-N0038325Q223F-FMS Repair
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure three electro-mechanical actuators under the solicitation titled '1680-N0038325Q223F-FMS Repair.' This opportunity is being offered on a sole source basis, as the government lacks sufficient data to contract with any source other than the current supplier, which is critical for maintaining operational readiness. The procurement is subject to various trade agreements, and potential vendors must obtain government source approval prior to award, with specific documentation required for consideration. Interested parties should direct inquiries to Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil, ensuring compliance with all outlined requirements to facilitate a smooth procurement process.
SOLE SOURCE - PURCHASE OF MULTIPLEXERS
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure multiplexers on a sole-source basis from K & L Microwave, Inc. This procurement includes a firm fixed price contract for the LM10-20/X2500-X-TR model, which entails a first article test followed by the production of 17 additional units, emphasizing the critical role these components play in supporting Navy operations. The total award amount is capped at $250,000, with the closing date for offers extended to April 16, 2025, at 4:00 PM Eastern Time. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Marty Arvin at marty.arvin2.civ@us.navy.mil.
Pre-Award Synopsis - Dry Air Panels under N00024-21-G-5102
Buyer not available
The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA HQ), is seeking to procure dry air panels and related AEGIS combat system support equipment under delivery order N00024-25-F-5364, utilizing a non-competitive procurement process. This acquisition is critical as it requires specific production engineering expertise and extensive integration and testing capabilities, which only Lockheed Martin RMS possesses, given their prior experience with AWS MK7 and MK8 systems. Interested parties may submit a capability statement within 15 days of this notice, although this is not a request for competitive proposals, and all submissions will be at the submitter's expense. For further inquiries, potential respondents can contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil.