SOLICITATION NOTICE
15 -- CY23 - CY26 Mods/Retrofit Sustainment Contract
- Notice Date
- 4/29/2021 7:03:17 AM
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-23-F-0002
- Response Due
- 5/14/2021 10:00:00 AM
- Archive Date
- 05/29/2021
- Point of Contact
- Devon Wolfe, Phone: 703-601-1390, Mohamed Abdellatif, Phone: 7036074440
- E-Mail Address
-
Devon.Wolfe@jsf.mil, Mohamed.Abdellatif@jsf.mil
(Devon.Wolfe@jsf.mil, Mohamed.Abdellatif@jsf.mil)
- Description
- INTRODUCTION The Joint Strike Fighter Joint Program Office at Arlington, VA announces its intention to procure, on a Sole Source basis, the services necessary to provide Mods/Retrofit support services for the Naval Air Systems Command (NAVAIR), JSF JPO. The services are currently being performed by LM Aero of Fort Worth, TX under N0001919F0571 and N0001919F0565. The existing contract is a Hybrid consisting of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) Level of Effort (LOE), Fixed Price Incentive Fee (FPIF), Firm Fixed Price (FFP). Cost Share (CS) and Cost Reimbursement (CR). These contract are due to expire 31 December, 2022. A SOURCES SOUGHT IS NOT BEING REQUESTED ON THE CY2023 -2026 MODS AND RETROFIT Contract. However, a sources sought may be requested on a future Mods and Retrofit pre-solicitation notice. PROGRAM BACKGROUND The Joint Strike Fighter Joint Program Office (JSF JPO) at Arlington, VA is the program and contract agent for this JPO action. In accordance with these assignments, JPO provides the following: design, development and systems upgrade; system certification; technical support; pre-positioned technical support; supply support; systems engineering; systems development support, systems test and evaluations; software support; operational software development and maintenance support; test support software development and maintenance; production engineering support; overhaul and restoration program support; program management support; and quality assurance and system safety. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a base period of twelve (12) months and three (3) option years. The anticipated start date is 01 January, 2023. ANTICIPATED CONTRACT TYPE A hybrid consisting of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) Level of Effort (LOE), Fixed Price Incentive Fee (FPIF), Firm Fixed Price (FFP). Cost Share (CS) and Cost Reimbursement (CR) REQUIREMENTS The Joint Strike Fighter (JSF) Joint Program Office (JPO) intends to award a Sole Source contract, as defined in FAR 5.201(a). This Sole Source contract will be awarded to Lockheed Martin Corporation, Lockheed Martin Aeronautics Company (LM Aero), Fort Worth, TX, for Modification and Retrofit related support for all F-35 aircraft from 01 January, 2023 through 31 December, 2026. Services shall be performed off-site at Naval Air Station Patuxent River, MD, off-site at the contractor's facility at Fort Worth, TX, off-site at various United States Service, Partner, and Foreign Military SalesBases, and at other locations specified in the Statement of Work (SOW).� The required effort will include: �Supplies and services for the F-35 Lightning II Air System Modification and Retrofit Program, including, but not limited to:�change kits; technical directives; retrofit of aircraft/spares/support equipment�, engineering support; engineering, production, prototyping, validation, installation, and testing of change kits; and modification/retrofit management, planning, and scheduling.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/68d4c194cb72443b98171615cd192bcd/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN05987261-F 20210501/210429230124 (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 |