SOLICITATION NOTICE
A -- F-35 NextGen DAS Electro Optical Infrared Direct Injection �EOIRDI� Project Support.
- Notice Date
- 9/13/2022 7:50:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001923F0017
- Response Due
- 10/3/2022 7:30:00 AM
- Archive Date
- 10/18/2022
- Point of Contact
- Christian Ofoeze-Morrison, Phone: 7036015704
- E-Mail Address
-
Christian.Ofoeze-Morrison@jsf.mil
(Christian.Ofoeze-Morrison@jsf.mil)
- Description
- Description:���� The F-35 �Lightning II� Joint Program Office intends to issue one or more orders under Basic Agreement N00019-19-G-0008 to Lockheed Martin Aeronautics Company (LM-Aero), Fort Worth, TX. The Government requires support to develop a modular system capability to directly inject synthetic Electro Optic Infrared (EO/IR) imagery into systems under test for various fixed wing and rotary winged platforms of the F-35 aircraft. 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.� LM-Aero is the sole designer, developer, manufacturer and integrator of the F-35 aircraft and the related equipment. LM-Aero alone has the experience, special skills, proprietary technical documentation, software/algorithms, and technical expertise required to furnish the supplies and services within the required timeframe.� Accordingly, LM-Aero is the only known qualified, responsible source that can fulfill the requirements specified herein. Subcontracting opportunities may be available and should be sought with Lockheed Martin through the primary point of contact (POC) - Craig Owens, 817-777-6504.� This notice of intent is not a request for competitive proposals; however, all responsible sources may submit a capability statement. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Any information submitted by respondents to this technical description is strictly voluntary. �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� Joint Program Office is export controlled and is not available to foreign sources or representatives. Place of Contract Performance:�� Lockheed Martin Aeronautics Company, Fort Worth, TX 76101 Set Aside:� No Inquiries may be emailed to POC (Christian.Ofoeze-Morrison@jsf.mil)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb354f119bac40a3ba57a32e05cc7f13/view)
- Place of Performance
- Address: Fort Worth, TX 76101, USA
- Zip Code: 76101
- Country: USA
- Zip Code: 76101
- Record
- SN06462904-F 20220915/220913230128 (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 |