Skip to main content

An official website of the United States government

You have 2 new alerts

F-35 Lightning II Joint Strike Fighter – Low Rate Initial Production Lots 18-19

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Sep 29, 2022 04:52 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Worth , TX 76101
    USA

Description

NOTICE OF INTENT TO SOLE SOURCE 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. 2304(c)(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 F-35 Lightning II Lots 18-19.  

The proposed contract actions will provide for a total of one-hundred-eighteen (118), seventy-four (74) F-35A aircraft, twenty-five (25) F-35B aircraft, and nineteen (15) F-35C, aircraft in lot 18, and one-hundred-twenty-nine (129), eighty-four (84) F-35A aircraft, twenty-six (26) F-35B aircraft, and nineteen (19) F-35C aircraft, in lot 19, or such other quantities as may be authorized and appropriated by the U.S. Congress or authorized by non-U.S. DoD Participants or Foreign Military Sales (FMS) customers.  

Contract actions will provide for long lead time materials, parts, components, initial spares, and effort; Ancillary Mission Equipment (AME) including Pilot Flight Equipment (PFE); Production non-recurring (PNR) activities to support the F-35 production ramp rate, including affordability, producibility, and production transition initiatives, special tooling, special test equipment, production aids, production equipment, manufacturing support equipment, support labor, diminishing manufacturing sources (DMS) management and redesign, and technical assistance; technical, financial and administrative data; Ferry of aircraft; Engineering changes; Line items to allow for additional supplies and services for DMS procurements, Participant-directed procurements of country- unique F-35 requirements, and maintenance and repair of government ­furnished equipment (GFE). 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.  

Accordingly, 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 Lt Col Wesley Crawley via email at wesley.crawley1@jsf.mil. Small businesses who are interested in subcontracting opportunities for this effort should contact Stephen Collins at Stephen.1.Collins@lmco.com. The anticipated award date for the first contract action resulting from this synopsis is in the 4th quarter of calendar year 2023. 

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.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History