Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2026 SAM #8858
SOLICITATION NOTICE

10 -- Integration of PGU-48/B 25mm Ammunition for F-35B/C Platforms

Notice Date
2/24/2026 7:42:01 AM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-26-RFPREQ-JSFAV-0330
 
Response Due
3/11/2026 2:00:00 PM
 
Archive Date
03/26/2026
 
Point of Contact
Jason Haug, Gina M. Bailey
 
E-Mail Address
Jason.Haug@jsf.mil, Gina.Bailey@jsf.mil
(Jason.Haug@jsf.mil, Gina.Bailey@jsf.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The F-35 Lightning II Program Office intends to issue an order under Basic Agreement N00019-24-G-0010. The U.S. Government (USG) requires integration of PGU-48/B Frangible Armor Piercing (FAP) 25mm ammunition for employment with the Missionized Gun Pod for the Joint Strike Fighter, Lightning II aircraft, F-35 B/C variants. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3201(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. 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 Emma Stevens, 817-655-8902. This notice is not a request for competitive proposals; however, all responsible sources may submit a capability statement. No telephone responses will be accepted. A determination by the U.S. Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the U.S. Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any information submitted by respondents to this technical description is strictly voluntary. There is no commitment by the U.S. Government to issue a solicitation, make an award or awards, or be responsible for any costs expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. The data associated with the F-35 Lightning II Program is export controlled and is not available to foreign sources or representatives.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a63479430a954289a08ae4f0132414e9/view)
 
Place of Performance
Address: Fort Worth, TX, USA
Country: USA
 
Record
SN07725312-F 20260226/260224230039 (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!  © 1994-2026, Loren Data Corp.