F-35 Radar Sustainment Support Follow-On
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for F-35 Radar Sustainment Support Follow-On services. This is a firm fixed-price requirements type acquisition for the sustainment of the F-35 JSF AN/APG-81 Radar OFP, performed at Robins Air Force Base, Georgia. This is a sole source requirement for Northrop Grumman Systems Corporation (NGSC) due to proprietary data. Proposals are due May 13, 2026, by 4:00 PM Eastern Time.
Scope of Work
The requirement includes non-commercial services for the F-35 JSF AN/APG-81 Radar OFP sustainment, encompassing:
- Program management
- Engineering and Information Technology (IT) services
- Technical interchange meetings (TIMs)
- Data access and licensing agreements
- Establishment of testing capabilities
- Performance of work utilizing six identified labor categories
- Rebuild of interconnecting cable sets inside a test bench
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) and Cost Reimbursement No Fee (CRNF) CLINs
- NAICS Code: 541330, with a size standard of $25.5 Million Annual receipts
- Period of Performance: Base period from October 1, 2026, to September 30, 2027, with multiple option periods extending through April 1, 2032.
- Response Due: May 13, 2026, by 4:00 PM Eastern Time
- Published: April 16, 2026
- Set-Aside: Sole Source (to Northrop Grumman Systems Corporation)
Submission & Evaluation
Proposals must be submitted via email to Jonathon VanBrunt (jonathon.vanbrunt@us.af.mil). Offerors must complete and sign the solicitation document and return it with their quote, including their CAGE CODE. Submissions require a narrative statement on financial responsibilities for the cable set rebuild, along with substantiating documentation. Cost or pricing data and supporting attachments are required per FAR 52.215-20, and a Subcontracting Plan is necessary per FAR 19.702. Evaluation factors for award are detailed in Section M of the solicitation.
Additional Notes
Attached documents include a Performance Work Statement (PWS), DFARS Proposal Adequacy Checklist, DD Form 254, and Contract Data Requirements Lists (CDRLs).