Loading...
N00019-26-RFPREQ-JSFAV-0336
Response Deadline
May 6, 2026, 4:00 PM(EDT)16 days
Eligibility
Contract Type
Presolicitation
The F-35 Lightning II Joint Program Office (JPO) intends to issue a Delivery Order to Lockheed Martin, the prime contractor, under Basic Agreement N00019-24-G-0010. The United States Government requires a technical data package (TDP) for the Mission Signal Processor (MSP) Integrated Core Processor (ICP) F-35 Lightning II Program. The purpose of this TDP is to provide the U.S. Government with the necessary data to support future re-procurement and maintenance activities for MSP components. 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.
Jason Haug
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR HQS
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS CMD HEADQUARTERS
NAVAL AIR STATION
PATUXENT RIVER, MD, 20670-5000
NAICS
Aircraft Manufacturing
PSC
AIRCRAFT, FIXED WING
Set-Aside
No Set aside used