Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2025 SAM #8580
SOLICITATION NOTICE

15 -- F-35 Modernization

Notice Date
5/22/2025 11:51:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-JSFAV-0417
 
Response Due
6/12/2025 9:00:00 PM
 
Archive Date
06/13/2025
 
Point of Contact
Edwin Wilbert, Gina M. Bailey
 
E-Mail Address
edwin.wilbert@jsf.mil, Gina.Bailey@jsf.mil
(edwin.wilbert@jsf.mil, Gina.Bailey@jsf.mil)
 
Description
The F-35 �Lightning II� Program Office intends to solicit offers for multiple contract actions from Lockheed Martin Aeronautics Company, Fort Worth, TX for requirements supporting the F-35 Modernization. This includes all developmental efforts necessary to deliver current Block 4 upgrades along with subsequent Block 5 upgrades to include the following: Assessments and evaluations of the F-35 Air Systems (including Air Vehicles and their Operational Flight Programs (OFPs); Training Systems including Full Mission Simulators (FMSim) and associated Threat Databases; Autonomic Logistics Information System (ALIS), Operational Data Integrated Network (ODIN) and the related Off-board Mission Support (OMS) elements; Combat Data Systems (CDS) to include F-35 reprogramming labs and the Mission Data File (MDF) along with the ability to meet future operational requirements; Pre-development systems engineering, including programmatic planning, decomposition of Requirement Work Packages developed pursuant to the System Requirements Document; Systems engineering activities and reviews; Capability design, development, and integration; Prototype system development or construction; Tech Refresh - Development and integration of hardware upgrades necessary to enable required capabilities to include programmatic planning, design reviews, and development, integration, and test activities; Development, integration, and testing of new software tools; Develop and procure the necessary hardware and software to deliver Next Generation Mission Planning tools and capabilities; Laboratory test services, as well as laboratory upgrades, maintenance and test infrastructure; Engineering, maintenance, logistics and material support to continue to develop, sustain and produce software builds, as well as carry out development ground and flight tests; Test and evaluation efforts These acquisitions are being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only on responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals; however, any capability statements, proposals, or quotations received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government. Lockheed Martin Aeronautics Company is the sole designer, developer, manufacturer and integrator of the F-35 aircraft and the related equipment. Lockheed Martin alone has the experience, special skills, proprietary technical documentation, software/algorithms, and technical expertise required to furnish the supplies and services within the required timeframe. Accordingly, Lockheed Martin is the only known qualified, responsible source that can fulfill the requirements specified herein. Subcontracting opportunities may be available and should be sought with Lockheed Martin through Sean Lightcap, (817) 584-1276. This notice is not a commitment by the Government to issue a solicitation, make an award (or awards), or be responsible for any cost incurred by interested parties prior to the award of a contract for the efforts described above. The information provided herein is subject to change. The data associated with the F-35 Joint Program Office is export controlled and is not available to foreign sources or representatives.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79cf8a7956ba42afa1cf4d2c93a2f62b/view)
 
Place of Performance
Address: Fort Worth, TX 76101, USA
Zip Code: 76101
Country: USA
 
Record
SN07452978-F 20250524/250522230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.