Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SOLICITATION NOTICE

15 -- CY27 � CY 2031 Mods & Retrofits Sustainment Contract

Notice Date
8/18/2025 1:29:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336 —
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-27-F-XXXX
 
Response Due
9/2/2025 1:30:00 PM
 
Archive Date
09/17/2025
 
Point of Contact
Daniel Kyle - Contract Specialist, Maguell Davis - Contracting Officer (PCO)
 
E-Mail Address
daniel.kyle@jsf.mil, maguell.davis@jsf.mil
(daniel.kyle@jsf.mil, maguell.davis@jsf.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
NTRODUCTION The Joint Strike Fighter Joint Program Office at Arlington, VA announces its intention to procure, on a Sole Source basis, the services necessary to provide Mods/Retrofit support services for the Naval Air Systems Command (NAVAIR), JSF JPO. The services are currently being performed by LM Aero of Fort Worth, TX under N0001919F0565, N0001923F0002 and N0001925F2558. The existing contract is a Hybrid consisting of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Level of Effort (LOE), Fixed Price Incentive Fee (FPIF), Firm Fixed Price (FFP), Cost Share (CS), and Cost Reimbursement (CR). These contracts are due to expire 31 December, 2026. A SOURCES SOUGHT IS NOT BEING REQUESTED ON THE CY2027 -2031 MODS AND RETROFIT Contract. However, a sources sought may be requested on a future Mods and Retrofit pre-solicitation notice. PROGRAM BACKGROUND The Joint Strike Fighter (JSF) Joint Program Office (JPO) at Arlington, VA is the program and contract agent for this JPO action. In accordance with these assignments, JPO provides the following: design, development and systems upgrade; system certification; technical support; pre-positioned technical support; supply support; systems engineering; systems development support, systems test and evaluations; software support; operational software development and maintenance support; test support software development and maintenance; production engineering support; overhaul and restoration program support; program management support; and quality assurance and system safety. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a base period of twelve (12) months and three (3) option years. The anticipated start date is 01 January, 2027. ANTICIPATED CONTRACT TYPE A hybrid consisting of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) Level of Effort (LOE), Fixed Price Incentive Fee (FPIF), Firm Fixed Price (FFP). Cost Share (CS) and Cost Reimbursement (CR) REQUIREMENTS This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract action and is not a request for competitive quotes/proposals. The statutory authority for this sole source procurement is 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements�. The F-35 Lightning II Joint Program Office (JPO) intends to solicit and negotiate multiple contract actions with Lockheed Martin Corporation Lockheed Martin Aeronautics, Fort Worth, TX for Modification and Retrofit related services and supplies for all F-35 aircraft from 01 January, 2027 through 31 December, 2031. Services shall be performed at Naval Air Station Patuxent River, MD, at the contractor's facility at Fort Worth, TX, at various United States Service, Partner, and Foreign Military Sales bases, and at other locations specified in the Statement of Work (SOW). Contract actions will include: Supplies and services for the F-35 Lightning II Air System Modification and Retrofit Program, including, but not limited to: change kits; technical directives; retrofit of aircraft/spares/support equipment, engineering support; engineering, production, prototyping, validation, installation, and testing of change kits; and modification/retrofit management, planning, and scheduling. The proposed contact actions are for supplies or services for which the Government intends to solicit and negotiate with Lockheed Martin Corporation under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. Lockheed Martin Aeronautics is the only known qualified and responsible source able to fulfill the requirements specified herein. However, all responsible sources may submit a capability statement demonstrating the ability to provide the requested services. All responses received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The Government shall not reimburse interested sources for any information provided. No requests for capability briefings will be honored. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Questions regarding this notice should be addressed to Mr. Daniel Kyle via email at daniel.kyle@jsf.mil]. Small businesses who are interested in subcontracting opportunities for this effort should contact Michael Reed via email at michael.a.reed@lmco.com . The anticipated award date for the first contract action resulting from this synopsis is Dec, 2026 . 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 award of a contract for the effort described above. The data associated with the F-35 JPO is export controlled and is not available to foreign sources or representatives.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cd3b54177a640ea806cbffe31ca3ff2/view)
 
Place of Performance
Address: Fort Worth, TX, USA
Country: USA
 
Record
SN07555105-F 20250820/250818230047 (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.