MODIFICATION
D -- F-35 Joint Program Office Information Technology Knowledge Based Services Support
- Notice Date
- 4/4/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- FY17-ITKnoweldgeBasedServices
- Archive Date
- 4/19/2017
- Point of Contact
- Vincent Johnson, Phone: 7036015619
- E-Mail Address
-
Vincent.Johnson@jsf.mil
(Vincent.Johnson@jsf.mil)
- Small Business Set-Aside
- N/A
- Description
- April 4, 2017 BACKGROUND The F-35 Lightning II JPO is a joint, multi-national program among the U.S. Air Force (USAF), U.S. Navy (USN), U.S. Marine Corps (USMC), and eight cooperative international partners. The F-35 JPO objective is to develop a three-variant family of strike fighter aircraft to meet the operational needs of the USAF, USN, USMC, and cooperative international services. The JPO is the Department of Defense's (DoD) focal point for developing and delivering an affordable next generation strike aircraft and has the responsibility, authority, and accountability for program execution. PURPOSE The F-35 JPO, in conjunction with the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is releasing a RFI to identify interested parties for the IT Knowledge Based Services support requirement. The purpose of this RFI is to gather information to assist the F-35 JPO in identifying qualified vendors who are able to meet the requirement. The F-35 JPO requires IT Knowledge Based Services support to be provided to the Directorates, Functional, and Integrated Product Teams (IPTs) which reside within the JPO and consist of but not limited to Systems Engineering, Contracting, Security, Legal, Business Financial Management, Logistics, Information Technology, Program Management, International, Development, Production, Sustainment, Program Control, Air Vehicle, Mission Systems, Propulsion, Autonomous Logistics Information System (ALIS), and Logistics & Support Products. The specific Information technology tasks are outlined below to include total lifecycle management of hardware, software, and services. The Government anticipates that the Request for Proposal (RFP) will be released under the North American Industry Classification System (NAICS) 541512 Computer Systems Design Services. Under this classification, small business is identified as a business having less than $27.5M in annual revenues. The Government anticipates a total ceiling of about $160M for a three year base period and one two year option period for a total contract life of five years. All personnel will require, at a minimum, a Secret clearance granted by the Unites States Government. In addition, this requirement will require a minimum of a Top Secret facility clearance. Any resulting solicitation related to this RFI will officially be released via the GSA Alliant portal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/FY17-ITKnoweldgeBasedServices/listing.html)
- Place of Performance
- Address: 200 12th Street South, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN04459084-W 20170406/170404235207-e1f07b0cb6236723839b8d71b51638c1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |