Search Contract Opportunities

AMENDMENT -USAF and Foreign Military Sales (FMS)/DoD Precision Attack SNIPER, Infrared Search and Track (IRST), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Production and Sustainment Support   3

ID: FA854025RB005 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

NOTE: THIS IS AN AMENDMENT TO THE ORIGINAL SOLICITATION - the below explains the nature of this amendment.

  • Executive Order Compliance: To incorporate requirements stemming from recent Executive Orders.
  • Minor Technical Correction: To correct a minor error regarding the Cyber Security CLIN. This CLIN, originally proposed by the contractor as (X039), was incorrectly listed as "Reserved" in the original solicitation. This amendment simply reassigns the CLIN to X039.

Importantly, this amendment does NOT introduce any new or additional scope. The scope of work remains as defined in the original Performance Work Statement (PWS). We are only correcting the CLIN designation for Cyber Security.

This contract supports both USAF and Foreign Military Sales (FMS) Sniper ATP, Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Navigation Pods and kits, and Infrared Search and Track (IRST) Pods requirements for Production and Sustainment. The requirements under this contract are expected to be predominantly in support of FMS. The statutory authority for this requirement permitting other than full and open competition is both FAR 6.302-1 -10 U.S.C. 3204(a)(1), Only One Responsible Source - No other supplies or services will satisfy agency requirements (for the USAF portion of this effort) and FAR 6.302-4 International Agreement for the FMS portion of the contract. Lockheed Martin Missiles and Fire Control (LMMFC), cage code 04939, is the one and only supplier of the Sniper ATP, LANTIRN, and IRST systems for production and sustainment.
The resultant contract will be awarded as a Requirements Contract with provisions for Firm-Fixed Price (FFP), Cost-Reimbursable No Fee (CRNF), and Cost Plus Fixed Fee (CPFF) Contract Line Items (CLINs). It will consist of a three (3) year base ordering period with one (1) four-year option. This option extends the requirements contract ordering period by another four (4) years upon its exercise for an overall 7-year effective ordering period for issuance of delivery/task orders. The overall period of performance with the potential exercise of FAR 52.217-8, Option to extend Services, against individual task orders is 7 years and 6 months.
The production activities will include management, fabrication, upgrade/retrofit, integration support, testing and shipping of Sniper ATP system(s). The sustaining activities shall include but are not limited to accomplishing Line Replaceable Units (LRU) Depot-level Repair and Return, Data, Program Support, Depot Lay-In, Program Reviews, and On-Call Technical Support.

OMBUDSMAN: All potential offeror(s) should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If the contracting officer does not satisfy your concerns, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concern, issues, disagreements, and recommendations to appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate potential offeror(s) may contract Ombudsman Thomas (Tom) Eller, D.B.A. at 478-222-3153. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns.

The following Contract Line Items (CLINs) will be awarded on the basic contract/instant action in Schedule B:
X001 Production - Sniper ATP Pods (FFP)
X005 Production - Sniper ATP Pods Container (FFP)
X008 Production - Sniper LRU Spares (FFP)
X012 Production Pylons (FFP)
X016 Production - Sniper Standard Software & Integration (FFP)
X022 Production - Integration Test Event-1 week w/Travel CONUS (CRNF)
X023 Production - Integration Test Event-1 week w/Travel OCONUS (CRNF)
X024 Production - Integration Test Event - Without Travel (FFP)
X027 Production - Site Survey (FFP)
X032 Production - User Familiarization/Refresher Events OCONUS (FFP)
X033 Production - CSTOs - Initial Delivery (FFP)

X039 Cyber Security (FFP)

X034 Production - CSTOs Update (FFP)
X035 Production - Sniper O-Level Support Equipment (FFP)
X040 Production - Sniper Bench Stock (FFP)
X045 Production - User Familiarization Training CONUS (FFP)
X046 Production Program Support (Sniper, LANTIRN and IRST) (FFP)
X048 Production - PMR Travel CONUS (CRNF)
X049 Production - PMR Travel OCONUS (CRNF)
X084 Production & Sustainment - Standard Data (NSP)

Please refer to Attachment 1 as those CLINs will be attached to the contract as To-Be-Negotiated and/or Reserved CLINs and will be negotiated and awarded as requirements generate.

Please refer to Attachment 2 as those Sustainment CLINs will be priced and incorporated into the contract prior to the start of 31 Mar 2027. There is currently pricing for Sustainment through this date.

No Foreign Participation at the Prime Contractor Level, IAW DAFFARS 5305.204 and DAFMAN 16.201.

Overview

Response Deadline
Aug. 4, 2025, 9:00 a.m. EDT Past Due
Posted
July 31, 2025, 3:11 p.m. EDT
Set Aside
None
Place of Performance
Orlando, FL 32819 United States
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 3 days, below average for the AFLCMC Robins AFB.
On 7/31/25 AFLCMC Robins AFB issued Solicitation FA854025RB005 for AMENDMENT -USAF and Foreign Military Sales (FMS)/DoD Precision Attack SNIPER, Infrared Search and Track (IRST), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Production and Sustainment Support due 8/4/25. The opportunity was issued full & open with NAICS 334511 and PSC J010.
Primary Contact
Name
Tammy Emery   Profile
Phone
None

Secondary Contact

Name
Shameka Schley   Profile
Phone
None

Documents

Posted documents for Solicitation FA854025RB005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA854025RB005

Incumbent or Similar Awards

Contracts Similar to Solicitation FA854025RB005

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA854025RB005

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA854025RB005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > AGILE COMBAT SYSTEMS > FA8540 AFLCMC WNYIA
FPDS Organization Code
5700-FA8540
Source Organization Code
500045859
Last Updated
July 31, 2025
Last Updated By
shameka.harris-bush@us.af.mil
Archive Date
Aug. 19, 2025