F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement

SOL #: N0001926R0014Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

East Hartford, CT

NAICS

Aircraft Manufacturing (336411)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Engines, Turbines, And Components (J028)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 3, 2025
2
Response Deadline
Dec 19, 2025, 11:00 PM

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.

The F-35 Lightning II Joint Program Office intends to award on a sole source basis under the statutory authority permitting Other than Full and Open Competition 10 U.S.C 3204(a)(1), as implemented by FAR 6.302-1(a)(2)(ii)-(iii), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, a basic ordering agreement (BOA) to RTX Corporation, Pratt & Whitney Military Engines, East Hartford, CT. Under the proposed BOA, RTX Corporation, Pratt & Whitney will conduct engineering and logistics studies, investigations including the development of associated technical data; and integration studies on topics such as, but not limited to, the practicability, feasibility, desirability, and supportability of potential changes to the F135 Propulsion Systems. Additionally, under the proposed BOA, Pratt and Whitney will support the procurement of hardware and engineering services necessary for the F135 Modifications Program and provide sustainment support to the F135 fleet. The BOA is for supplies and services for which the Government intends to solicit, negotiate, and issue individual orders with Pratt & Whitney under the authority of FAR 6.302-1. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals; however, the Government will consider any capability statements, proposals, or quotations received within fifteen days after date of publication of this synopsis. Pratt & Whitney is the original designer, developer, and manufacturer of the F135 Propulsion System and is the only source with the requisite technical expertise, experience and knowledge of the design, fabrication, performance, operation, maintenance, and support characteristics of the F135 Propulsion System to perform the service covered by the contemplated contract actions and orders. To that end, Pratt & Whitney is the only source with unrestricted access to the engineering and technical data required to perform the contemplated efforts. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. The data associated with the F-35 “Lightning II” Program is export controlled.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 3, 2025
F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement | GovScope