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
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.
F-35 Lightning II Lots 20-21 DCS
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the provision of Drag Chute Systems for the F-35 Lightning II Lots 20-21. This procurement is critical as it supports the operational capabilities of the F-35 Joint Program Office, which is essential for maintaining advanced military aviation standards. The anticipated award date for this contract action is in the second quarter of calendar year 2026, and interested parties may submit capability statements to Nicole Lawrence at Nicole.Lawrence@jsf.mil within fifteen days of this notice. Small businesses seeking subcontracting opportunities should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.
LM RMS DALO Hot Desk Support
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to Lockheed Martin Rotary and Mission Systems (LM RMS) for Hot Desk support related to the Denmark Acquisition and Logistics Organisation (DALO) program for the (MH)-60R operational aircraft. This procurement aims to secure unique reach back support for the DALO MH-60 platform, which is critical for maintaining operational readiness and efficiency of the aircraft. The contract is projected to span from June 2025 through June 2030 and will be awarded on a sole source basis, as LM RMS is the only entity with the necessary expertise and resources to fulfill the requirements. Interested parties can direct inquiries to Shannon Wallace or Lynn E. Fletcher via their provided email addresses, and subcontracting questions should be directed to Megan Robinson at Lockheed Martin.
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
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.
MH-60 Gen 5i- Mission Computer (MC) Buy
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with Lockheed Martin Rotary and Mission Systems (RMS) for the procurement of 44 Gen 5i Mission Computers, with 30 units designated for the United States Navy and 14 for Foreign Military Sales. This procurement is critical for the operational capabilities of the MH-60R and MH-60S aircraft, as Lockheed Martin is the sole designer and manufacturer with the necessary expertise and resources to fulfill this requirement. The projected delivery timeline for these mission computers spans from September 2028 to June 2030, with the place of performance located in Owego, New York. Interested parties may direct inquiries to Heidi Daly or Amber Yurko via the provided email addresses, and subcontracting questions can be addressed to Ms. Ana G. Medina or Megan Robinson.
Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Lockheed Martin Corporation for the follow-on sustainment of proprietary components related to the AEWS AN/FPS-117 Radar System. This contract will encompass a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a potential six-month extension, aimed at providing comprehensive Contractor Logistic Support (CLS) services, including engineering, program management, and emergency services for the radar system. The AEWS is critical for atmospheric early warning and consists of 27 operational sites across Alaska, Canada, and Hawaii, with the contract performance expected to include various hardware and software assemblies essential for maintaining operational readiness. Interested parties may submit capability statements or inquiries to Christopher Jarman or Cameron Tucker via the provided email addresses, with responses due by the specified deadline.
16--FAIRING BARREL
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a Fairing Barrel, part number 2002372-3, under a limited source solicitation. The procurement involves one unit of the Fairing Barrel, identified by NSN 1R-1680-LLF02L156-P8, which is critical for miscellaneous aircraft accessories and components. This acquisition is intended to be negotiated with L3 Harris Technologies Inc. and The Boeing Company, as the government does not possess the necessary data to source this part from additional suppliers. Interested parties may submit their capability statements to Jessica P. Laychock via email at jessica.p.laychock.civ@navy.mil within 45 days of this notice, with an anticipated award date set for June 2025.
Sole Source: 77794 - OPIR NEXT GEN SATELITE GAP ANALYSIS
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is soliciting a sole source contract for the "Next Generation Overhead Persistent Infrared (Next-Gen OPIR) Gap Analysis," to be awarded to Lockheed Martin Corporation. This contract aims to facilitate the transition from the Space Based Infrared System (SBIRS) to new satellite systems, focusing on software sustainment requirements at the 309th and 402nd Software Engineering Groups. The project is critical for enhancing the U.S. military's capabilities in missile warning and surveillance, ensuring compliance with quality management and cybersecurity standards throughout its execution. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett or Lasonia Anderson via their provided email addresses. The contract includes a structured timeline for deliverables, with a performance period divided into phases, emphasizing the importance of documentation and regular status updates.
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.