Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2025 SAM #8795
SOLICITATION NOTICE

28 -- F135 Flight Test Support

Notice Date
12/23/2025 10:32:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N0001926C0123
 
Response Due
1/7/2026 2:00:00 PM
 
Archive Date
01/07/2026
 
Point of Contact
Luis F. Pola
 
E-Mail Address
luis.pola@jsf.mil
(luis.pola@jsf.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The F-35 Lightning II Joint Program Office intends to issue a contract on a sole-source basis to Raytheon Technologies Corporation, Pratt and Whitney Military Engines, East Hartford, CT, in support of the F135 engine support during F-35 Block 4 Flight Testing. The anticipated contract will provide flight test support, propulsion system program management, integration management, flight test spare and repair parts, potential engineering changes, assessment and evaluation of the F-35 Air System relating to the propulsion system support, laboratory testing and upgrades, maintenance and test infrastructure, and validation of changes to the service life of existing flight test propulsion systems. The requirement will procure F135 spare engines, special tooling and special test equipment, spare parts and hybrid kits, infrastructure support for upgrade of hardware benches, analysis and predictions on flight test data, and technical engineering support integration and support of the F-35 Block 4 upgrades. The contract is anticipated by the first quarter of fiscal year 2027 and supports the F-35 Joint Program U.S. Services, Non-U.S. DoD Partners, and Foreign Military Sales Customers. This acquisition is being pursued on a sole source basis under the statutory authority of 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 Government intends to award this effort to Raytheon Technologies Corporation, Pratt and Whitney Military Engines East Hartford, CT. P&W is the sole designer, developer, manufacturer, and integrator of the F135 propulsion system and related equipment. P&W alone has the experience, special skills, proprietary technical documentation, software/algorithms, and technical expertise required to furnish the supplies and services. Accordingly, P&W is the only known qualified and responsible source able to fulfill the requirements specified above without significant duplication of cost and unacceptable performance risks and schedule delays. This notice of intent to sole source is neither a request for proposal nor a solicitation of offers. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. Any submitted capability statements should also mention any technical data or hardware requirements (e.g., what technical data is necessary to perform, what technical data the company already has, etc.) not otherwise addressed. The Government reserves the right to process this procurement action on a sole -source basis. For availability of F135 Propulsion System subcontracting opportunities, contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines. This notice is not a commitment by the U.S. 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. Information provided herein is subject to change. 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/workspace/contract/opp/504d00c667c54d74aee7688a5911c423/view)
 
Place of Performance
Address: East Hartford, CT 06118, USA
Zip Code: 06118
Country: USA
 
Record
SN07673771-F 20251225/251223230033 (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.