Closed Solicitation · DEPT OF DEFENSE

    CDS Sustainment FY32-37

    Sol. N0001932CXXXXPresolicitationPATUXENT RIVER, MD
    Closed
    STATUS
    Closed
    closed Dec 30, 2025
    POSTED
    Dec 8, 2025
    Publication date
    NAICS CODE
    334511
    Primary industry classification
    PSC CODE
    AC15
    Product & service classification

    AI Summary

    The Department of Defense intends to sole source a contract with Lockheed Martin for integrated sustainment support for the Joint Reprogramming Enterprise from 2032 to 2037. This contract will provide essential support for various reprogramming labs and maintain critical equipment and software. Interested parties may submit capability statements within 15 days of this notice.

    Contract details

    Solicitation No.
    N0001932CXXXX
    Notice Type
    Presolicitation
    Posted Date
    December 8, 2025
    Response Deadline
    December 30, 2025
    NAICS Code
    334511AI guide
    PSC / Class Code
    AC15
    Contract Code
    1700
    Primary Contact
    Austin Simoni
    State
    MD
    ZIP Code
    20670-5000
    AI Product/Service
    service

    Description

    NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subparts 5.101 and 5.201 requiring dissemination of information for proposed contract actions. This is a pre-solicitation notice of intent to sole source a contract action 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) (formerly 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 Joint Program Office (JPO) of Arlington, VA, intends to solicit and negotiate a new c-type contract with Lockheed Martin Aeronautics Company (CAGE code 81755) for the purchase of integrated sustainment support for the Joint Reprogramming Enterprise (JRE). Supplies and services acquired under the anticipated contract will deliver sustainment support to the US Air Force (USAF), Navy (USN), Marine Corps (USMC), F-35 International Partners, and Foreign Military Sales (FMS) customers. The maximum period of performance for this effort is five years, anticipated to begin in 2032 and end in 2037. Such work will include: Recurring sustainment support for the Australia-Canada-United-Kingdom Reprogramming Lab (ACURL), Norway and Italy Reprogramming Lab (NIRL), and the United States Reprogramming Lab (USRL) located at Eglin Air Force Base, Florida. The Principal Electronic-Warfare Reprogramming Lab (PERL) at Air Force Plant #4 in Fort Worth, Texas will also be supported under this contract vehicle in the future as it progresses to initial operational capability (IOC). Support will consist of maintaining non-prime mission equipment, software tools, sub-systems, networks, support personnel, mission-planning equipment and software, and maintaining current configurations of hardware and software within the reprogramming labs for the duration of this contract. This notice of intent is not a request for competitive proposals; however, any capability statements, proposals, or quotations received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government. Lockheed Martin is the sole designer, developer, manufacturer and integrator of the F-35 aircraft and 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 and responsible source able to fulfill the requirements specified herein. Subcontracting opportunities may be available and may be sought with Lockheed Martin through the primary point of contact (Sean Lightcap / 817-584-1276). 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. 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.

    Key dates

    1. December 8, 2025Posted Date
    2. December 30, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CDS Sustainment FY32-37 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.