F-35 Lightning II Joint Program Office Next Generation Mission Planning (NGMP) - Synopsis
ID: N00019-23-RFPREQ-JSF000-0693Type: Presolicitation
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 - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, intends to award a sole source contract for the Next Generation Mission Planning (NGMP) related to the F-35 Lightning II program. This procurement aims to deliver mission planning tools and data handling capabilities to the U.S. Air Force, Navy, Marine Corps, and international partners, focusing on enhancing Block 4 capabilities through various engineering and development tasks. Lockheed Martin Aeronautics Company, the sole designer and integrator of the F-35, is the only responsible source capable of fulfilling these requirements due to its unique expertise and proprietary technology. Interested parties may submit capability statements within 15 days of this notice, and inquiries can be directed to Thomas Messier at Thomas.Messier@jsf.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    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.
    Notice of Intent to Lockheed Martin Corporation
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center at Holloman AFB, New Mexico, intends to award a sole source firm-fixed price purchase order to Lockheed Martin Corporation for the development of a Tactical Aircraft test sled internal cockpit cooling system. This system is crucial for enhancing testing capabilities, ensuring effective temperature regulation during ejection seat and manikin operations, and maintaining critical component temperatures within specified limits. The anticipated award date is April 14, 2025, and while this is not a request for competitive proposals, the Government welcomes capability statements or quotes from other responsible sources by March 21, 2025. Interested parties should submit their information electronically to the designated Contract Specialist, Nathan Jaye, at nathan.jaye@us.af.mil, or Brett Moore at brett.moore.6@us.af.mil.
    HOTAS Declutter and PAWS
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is issuing a presolicitation for software development related to the Hands-On-Throttle-And-Stick (HOTAS) declutter and Pilot Alignment Warning System (PAWS) for the F-35 Joint Program Office. This procurement aims to enhance pilot interface by reducing symbology obstruction through HOTAS declutter and ensuring proper alignment of the Helmet Mounted Display (HMD) with PAWS notifications. The contract is being awarded on a sole-source basis to Lockheed Martin Aeronautics Company, located in Fort Worth, Texas, as only one responsible source can meet the agency's requirements. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Tom Baldauff at thomas.baldauff@jsf.mil or Daniel T. Haertle at Daniel.Haertle@jsf.mil.
    Intent to Sole Source STARLite
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract modification to Northrop Grumman Systems Corporation for sustainment and support services related to the STARLite ER assets. The contractor will be responsible for providing test and inspection, repair, technical support services, and inventory replenishment for Diminishing Manufacturing Sources and Material Shortages over an extended ordering period of five years. This procurement is critical for maintaining operational readiness and support for the Army's aviation capabilities. Interested parties are encouraged to submit capability statements to the primary contact, Aaron Norton, at aaron.j.norton3.civ@army.mil, with a courtesy copy to Eric C. Pyles at eric.c.pyles.civ@army.mil, prior to the closing date of the synopsis.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the Electro-Optical Targeting System (EOTS) Gap Analysis Service, to be awarded to Lockheed Martin Corporation. This procurement aims to conduct a comprehensive gap analysis to establish software sustainment capabilities for the F-35 Joint Strike Fighter at Robins Air Force Base in Georgia, focusing on critical operational and technical data requirements. The services are vital for ensuring the integrity and effectiveness of military operations, particularly in software development and sustainment. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    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.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    F-35B LHA-8 Flight Tech Certification Plan
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for the F-35B LHA-8 Flight Tech Certification Plan, a critical initiative aimed at ensuring the operational readiness and certification of the F-35B aircraft. This procurement will involve comprehensive research and development services related to military aircraft, specifically focusing on the certification processes necessary for the F-35B variant. The successful contractor will play a vital role in enhancing the capabilities and performance of the F-35B, which is essential for modern military operations. Interested parties can reach out to Tom Baldauff at thomas.baldauff@jsf.mil or call 570-851-8812 for further details, while Daniel T. Haertle is also available at Daniel.Haertle@jsf.mil or 410-507-0656 for additional inquiries.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.