Search Contract Opportunities

LITENING AN/AAQ-28 Contractor Logistic Support (CLS)   2

ID: FA8540-24-R-0007 • Type: Presolicitation • Match:  85%
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
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 7, 2026, 4:09 p.m. EST

RFP Amendment FA8540-24-R-0007-0008 is issued on 7 June 2026 as a consolidated copy of all previous amendments.
RFP Amendment FA8540-24-R-0007-0007 is issued on 3 Sept 2025 to add/remove clauses and update/reserve ELINs.

RFP Amendment FA8540-24-R-0007-0006 is issued on 18 June 2025 to extend LA/DLR portion of proposal from 29 August 2025 to 12 September 2025.

RFP Amendment FA8540-24-R-0007-0005 is issued on 20 May 2025 to remove LDP/ELDP Production/New Pods from Solicitation.
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 . The Government does not own data to provide to the contractor that would allow for competition. 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..

Posted: Sept. 19, 2025, 4:09 p.m. EDT
Posted: Sept. 3, 2025, 2:25 p.m. EDT
Posted: June 18, 2025, 2:23 p.m. EDT
Posted: May 20, 2025, 12:40 p.m. EDT
Posted: April 3, 2025, 2:15 p.m. EDT
Posted: March 20, 2025, 2:02 p.m. EDT
Posted: Feb. 12, 2025, 8:32 a.m. EST
Posted: Feb. 12, 2025, 8:23 a.m. EST
Posted: Feb. 11, 2025, 4:03 p.m. EST
Posted: Sept. 11, 2024, 1:13 p.m. EDT
Background
The United States Government (USG) intends to award a primarily Firm-Fixed Price contract for Contractor Logistics Support (CLS) of the LITENING Comprehensive Advanced Targeting Pod (ATP).

The goal of this contract is to ensure the sustainment and operational readiness of the LITENING Pod System, which is critical for various branches of the U.S. military, including the Air Combat Forces, Marine Corps, and Navy. The contractor selected for this contract will be responsible for providing comprehensive support services to maintain and enhance the capabilities of the LITENING ATP.

Work Details
The contractor shall provide a range of services including:
- Availability Support – Fixed and Variable
- Site Activation – CONUS and OCONUS
- Maintenance/Aircrew Training
- Engineering Services – CONUS and OCONUS
- Replenishment Spares
- Hardware Modifications
- Software Modifications
- Special Studies/Analysis
- Over and Above Repair
- Support Equipment
- Information Assurance Support
- Data Management, Technical Manuals, and Travel in support of the LITENING Pod System.

The contractor will also be responsible for ensuring that all delivered products meet specified requirements outlined in this contract, including adherence to quality management standards.

Period of Performance
The period of performance consists of one 12-month basic period followed by four 12-month ordering periods, with an option for five additional ordering periods, totaling a potential duration of ten years.

Place of Performance
The place of performance will be specified in the Request for Proposal (RFP).

Overview

Response Deadline
Sept. 12, 2025, 5:00 p.m. EDT (original: Sept. 26, 2024, 5:00 p.m. EDT) Past Due
Posted
Sept. 11, 2024, 1:13 p.m. EDT (updated: Jan. 7, 2026, 4:09 p.m. EST)
Set Aside
None
Place of Performance
Rolling Meadows, IL 60008 United States
Source

Current SBA Size Standard
1350 Employees
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Est. Value Range
Experimental
$500,000,000 - $1,200,000,000 (AI estimate)
Odds of Award
78%
Vehicle Type
Indefinite Delivery Contract
On 9/11/24 AFLCMC Robins AFB issued Presolicitation FA8540-24-R-0007 for LITENING AN/AAQ-28 Contractor Logistic Support (CLS) due 9/12/25. The opportunity was issued full & open with NAICS 334511 and PSC R425.
Primary Contact
Name
Taylor Walker   Profile
Phone
(478) 926-4518

Secondary Contact

Name
Cheri Thetford   Profile
Phone
(478) 320-9250

Documents

Posted documents for Presolicitation FA8540-24-R-0007

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation FA8540-24-R-0007

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA8540-24-R-0007

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA8540-24-R-0007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA8540-24-R-0007

Experts for LITENING AN/AAQ-28 Contractor Logistic Support (CLS)

Recommended subject matter experts available for hire

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
Jan. 7, 2026
Last Updated By
taylor.walker.10@us.af.mil
Archive Date
Sept. 27, 2025