LITENING AN/AAQ-28 Logistic Support

RFP Amendment FA8540-24-R-0007-0004 is issued on 3 April 2025 to clarify USG expectations of Follow-On and LA/DLR Proposals negotiations and response dates.

RFP Amendment FA8540-24-R-0007-0003 is issued on 20 March 2025 to remove/update clauses in accordance with Class Deviation 2025-O0003 and Class Deviation 2025-O0004, extend LA & DLR proposal response date to 29 Aug 2025 and provide further guidance on pricing terms needed for LA & DLR.

RFP Amendment FA8540-24-R-0007-0002 is issued on 30 January 2025 in accordance with attachments

RFP Amendment FA8540-24-R-0007-0001 is issued on 6 November 2024 to revise Section L, Instructions to offerors.

This statement provides notice of the United States Government s (USG) intent to award a primarily Firm-Fixed Price contract for Contractor Logistics Support (CLS) of the LITENING Comprehensive Advanced Targeting Pod (ATP). The contractor shall provide Availability Support Fixed, Availability Support Variable, Site Activation CONUS and OCONUS, Maintenance/Aircrew Training, Engineering Services CONUS and OCONUS, Replenishment Spares, Hardware Modifications, Sortware Modifications, Special Studies/Analysis, Over and Above Repair, Support Equipment, Information Assurance Support, Data, Technical Manuals, and Travel in support of the LITENING Pod System.

The proposed contract action is for services and supplies for which the USG intends to negotiate and award a ten-year sole source contract to Northrop Grumman Corporation (CAGE 26916), 600 Hicks Road, Rolling Meadows, IL 60008. This is in accordance with Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and no Other Supplies or Services Will Satisfy Agency Requirements . However, responsible sources may submit a capability statement of proposal, which shall be reviewed by the USG. A determination by the USG to not compete this proposed contract action will be based on responses to this notice is solely within the discretion of the USG. In accordance with Air Force Instruction (AFI) 16.201, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the Contract Specialist/Procuring Contracting Officer identified above for additional information, questions, and/or concerns. The solicitation/Request for Proposal (RFP) is expected to be released on 26 September 2024 with a response due no later than 90 days after issuance of RFP.

The period of performance for this contract will consist of one (1) 12-month basic period and four (4) 12-month ordering periods, plus an option for five (5) additional ordering periods for a total 10-year contract. The place of performance will be cited in the RFP..

Solicitation Summary

RFP Amendment FA8540-24-R-0007-0004 is issued on 3 April 2025 to clarify USG expectations of Follow-On and LA/DLR Proposals negotiations and response dates.

RFP Amendment FA8540-24-R-0007-0003 is issued on 20 March 2025 to remove/update clauses in accordance with Class Deviation 2025-O0003 and Class Deviation 2025-O0004, extend LA & DLR proposal response date to 29 Aug 2025 and provide further guidance on pricing terms needed for LA & DLR.

RFP Amendment FA8540-24-R-0007-0002 is issued on 30 January 2025 in accordance with attachments

RFP Amendment FA8540-24-R-0007-0001 is issued on 6 November 2024 to revise Section L, Instructions to offerors.

This statement provides notice of the United States Government s (USG) intent to award a primarily Firm-Fixed Price contract for Contractor Logistics Support (CLS) of the LITENING Comprehensive Advanced Targeting Pod (ATP). The contractor shall provide Availability Support Fixed, Availability Support Variable, Site Activation CONUS and OCONUS, Maintenance/Aircrew Training, Engineering Services CONUS and OCONUS, Replenishment Spares, Hardware Modifications, Sortware Modifications, Special Studies/Analysis, Over and Above Repair, Support Equipment, Information Assurance Support, Data, Technical Manuals, and Travel in support of the LITENING Pod System.

The proposed contract action is for services and supplies for which the USG intends to negotiate and award a ten-year sole source contract to Northrop Grumman Corporation (CAGE 26916), 600 Hicks Road, Rolling Meadows, IL 60008. This is in accordance with Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and no Other Supplies or Services Will Satisfy Agency Requirements . However, responsible sources may submit a capability statement of proposal, which shall be reviewed by the USG. A determination by the USG to not compete this proposed contract action will be based on responses to this notice is solely within the discretion of the USG. In accordance with Air Force Instruction (AFI) 16.201, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the Contract Specialist/Procuring Contracting Officer identified above for additional information, questions, and/or concerns. The solicitation/Request for Proposal (RFP) is expected to be released on 26 September 2024 with a response due no later than 90 days after issuance of RFP.

The period of performance for this contract will consist of one (1) 12-month basic period and four (4) 12-month ordering periods, plus an option for five (5) additional ordering periods for a total 10-year contract. The place of performance will be cited in the RFP..

Solicitation in a Nutshell

Item

Details

Agency Department of Air Force
Solicitation Number

FA8540-24-R-0007

Status Post-RFP
Solicitation Date 09/11/2024
Award Date N/A
Contract Ceiling Value N/A
Competition Type N/A
Type of Award Presolicitation (Updated)
Primary Requirement Engineering/Technical
Duration 1 plus 4 ordering period, plus 5 additional option
Contract Type Firm-Fixed Price
No. of Expected Awards 1
NAICS Code(s): 541330
Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine
Place of Performance:
  • Rolling Meadows , IL 60008 USA
Opportunity Website: https://sam.gov/opp/e5bfb052135342bbbf940b4c696e3bdb/view

LITENING AN/AAQ-28 Logistic Support Background

N/A

LITENING AN/AAQ-28 Logistic Support Requirements

N/A

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.