Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2020 SAM #6774
SPECIAL NOTICE

28 -- F135 Propulsion System Hardware - Intent to Sole Source Synopsis Notice

Notice Date
6/14/2020 1:36:56 PM
 
Notice Type
Special Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-18-C-1021-P000XX
 
Response Due
6/11/2020 2:00:00 PM
 
Archive Date
06/26/2020
 
Point of Contact
Yosef J. Hassan, Phone: (703) 601-3322, Yosef J. Hassan, Phone: 7036013322
 
E-Mail Address
yosef.hassan@jsf.mil, yosef.j.hassan.civ@mail.mil
(yosef.hassan@jsf.mil, yosef.j.hassan.civ@mail.mil)
 
Description
The F-35 ""Lightning II"" Program Office intends to issue a contract modification under contract N00019-18-C-1021. The US Government requires F135 propulsion system hardware, and any associated software, for F-35B durability testing.� This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(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 F-35 ""Lightning II"" Program Office intends to award this effort to Pratt & Whitney (P&W), East Hartford, CT. �All responsible sources may submit a capability statement, proposal, or quotation, which will 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. �P&W is the sole designer, developer, manufacturer of the F135 propulsion system. �P&W alone has the experience, special skills, proprietary technical documentation, software/algorithms, and technical expertise required to furnish the F135 propulsion supplies within the required timeframe. �Accordingly, P&W is the only known qualified, responsible source that can fulfill the requirements specified herein. �Subcontracting opportunities may be available and should be sought with P&W through the P&W Supplier Diversity Manager, Mr. Alton Moss, via phone at (860) 565-1764 or via e-mail at Alton.Moss@pw.utc.com. �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 and is not available to foreign sources or representatives.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6640eb588fce478891e33652959fd6fb/view)
 
Place of Performance
Address: East Hartford, CT 06118, USA
Zip Code: 06118
Country: USA
 
Record
SN05689327-F 20200616/200614230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.