The F-35 Lightning II Joint Program Office intends to issue a contract on a sole-source basis to Raytheon Technologies Corporation, Pratt and Whitney Military Engines, East Hartford, CT, in support of the F135 engine support during F-35 Block 4 Flight Testing. The anticipated contract will provide flight test support, propulsion system program management, integration management, flight test spare and repair parts, potential engineering changes, assessment and evaluation of the F-35 Air System relating to the propulsion system support, laboratory testing and upgrades, maintenance and test infrastructure, and validation of changes to the service life of existing flight test propulsion systems. The requirement will procure F135 spare engines, special tooling and special test equipment, spare parts and hybrid kits, infrastructure support for upgrade of hardware benches, analysis and predictions on flight test data, and technical engineering support integration and support of the F-35 Block 4 upgrades. The contract is anticipated by the first quarter of fiscal year 2027 and supports the F-35 Joint Program U.S. Services, Non-U.S. DoD Partners, and Foreign Military Sales Customers. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1: only one responsible source and no other supplies or services will satisfy agency requirements. The Government intends to award this effort to Raytheon Technologies Corporation, Pratt and Whitney Military Engines East Hartford, CT. P&W is the sole designer, developer, manufacturer, and integrator of the F135 propulsion system and related equipment. P&W alone has the experience, special skills, proprietary technical documentation, software/algorithms, and technical expertise required to furnish the supplies and services. Accordingly, P&W is the only known qualified and responsible source able to fulfill the requirements specified above without significant duplication of cost and unacceptable performance risks and schedule delays. This notice of intent to sole source is neither a request for proposal nor a solicitation of offers. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. Any submitted capability statements should also mention any technical data or hardware requirements (e.g., what technical data is necessary to perform, what technical data the company already has, etc.) not otherwise addressed. The Government reserves the right to process this procurement action on a sole -source basis. For availability of F135 Propulsion System subcontracting opportunities, contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines. This notice is not a commitment by the U.S. Government to issue a solicitation, make an award (or awards), or be responsible for any cost incurred by interested parties prior to award of a contract for the effort described above. Information provided herein is subject to change. The data associated with the F-35 JPO is export controlled and is not available to foreign sources or representatives.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 336412 (last 12 months), benchmarked to sector 33.