Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2025 SAM #8574
SOLICITATION NOTICE

15 -- F-35 Lightning II FY 25-28 Site Activation and Hardware (SAHW) IDIQ

Notice Date
5/16/2025 9:07:08 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-R-0021
 
Response Due
6/2/2025 5:00:00 AM
 
Archive Date
06/17/2025
 
Point of Contact
Hope C. Reeder, Corrine Maples
 
E-Mail Address
hope.reeder@jsf.mil, corrine.maples@jsf.mil
(hope.reeder@jsf.mil, corrine.maples@jsf.mil)
 
Description
This is a notice of intent to award one or more contract actions on a sole source basis 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, negotiate, and award a three-year hybrid Firm Fixed Price (FFP), Cost Plus Incentive Fee (CPIF), and Cost Reimbursable (COST) Indefinite Delivery Indefinite Quantity (IDIQ) contract to Lockheed Martin Aeronautics Co., Fort Worth, Texas, for the Fiscal Year (FY) 2025 � 2028 Site Activation and Hardware (SAHW). This contract provides Non-Annual Sustainment Support necessary to sustain the F-35A, F-35B, and F-35C aircraft including SAHW activities including but not limited to Support Equipment (SE), Non-Air Vehicle Spares, Site Activation, Interim Contractor Support (ICS), Post Ejection Survival Training (PEST), Pilot Flight Equipment (PFE), Fleet Management (FM), and discrete efforts related to the stand-up of F-35 locations and associated contractor personnel and supplies needed at each site for the United States Air Force (USAF), United States Marine Corps, (USMC), United States Navy (USN), Non-US Department of Defense (DoD) Participants and Foreign Military Sales (FMS) Customers. Lockheed Martin Aeronautics Co. is the sole designer, developer, and manufacturer of the F-35 aircraft. The company has the necessary experience, proprietary technical data, software, algorithms and expertise required to fulfill the government�s needs within the required timeframe. As such, Lockheed Martin is the only known qualified and responsible source capable of meeting the requirements specified herein. This notice is not a request for competitive proposals; however, all responsible sources may submit a capability statement. All responses received by the Government within fifteen days after the date of publication of this synopsis will be considered by the Government. No telephone inquiries will be accepted. 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 Hope Reeder, hope.reeder@jsf.mil and Corrine Maples, corrine.maples@jsf.mil. Small businesses who are interested in subcontracting opportunities for this effort should contact Rachel Salem at Rachel.salem@lmco.com. The anticipated award date resulting from this synopsis will be around the end of the 2nd or beginning of the 3rd quarter of calendar year 2025. There is no commitment by the government to issue a solicitation, make an award or reimburse any costs incurred by interested parties in responding to this notice. All information provided is subject to change and does not obligate the government in any way to solicit or award a contract. The data associated with the F-35 Lightning II Program is export-controlled and not available to foreign sources or representatives.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97e24e1ad37340c8875275b233fd5144/view)
 
Place of Performance
Address: Fort Worth, TX 76108, USA
Zip Code: 76108
Country: USA
 
Record
SN07446132-F 20250518/250516230047 (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.