SOLICITATION NOTICE
15 -- Request For Information (RFI) for the F-35 OPERATIONAL DATA INTEGRATED NETWORK (ODIN) Maintenance Systems Backup and Recovery
- Notice Date
- 10/18/2024 8:08:25 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
- ODIN_RFI_Backup_and_Recovery
- Response Due
- 11/18/2024 8:59:00 PM
- Archive Date
- 12/03/2024
- Point of Contact
- Benjamin Lauer, Adam Townsley
- E-Mail Address
-
benjamin.lauer@jsf.mi, Adam.Townsley@jsf.mil
(benjamin.lauer@jsf.mi, Adam.Townsley@jsf.mil)
- Description
- This is a request for information (RFI). This is not a request for quotes, request for proposal, or a solicitation of any kind, and does not constitute a commitment by the U.S. Government. Responses, in any form, are not and will not be considered offers. The U.S. Government is under no obligation to award any contracts following this RFI. Responses are strictly voluntary, and funds expended in preparing them will not be reimbursed.�� Introduction� The F-35 Joint Program Office (JPO), Arlington, VA, intends to issue a production contract for the F-35 OPERATIONAL DATA INTEGRATED NETWORK (ODIN) Maintenance Systems Backup and Recovery components and assemblies, and is conducting market research. The Prime Contractor/Integrator for the ODIN system is Lockheed Martin Aeronautics Company, Orlando, FL.�� The contract will require Backup and Recovery supply chain management and integration (as applicable) with the F-35 ODIN Maintenance System. The Contractor will need to ensure the procured Backup and Recovery interfaces with existing F-35 maintenance systems. The contract will require production and delivery of backup and recovery systems. The Contractor will be required to partner with Government entities and other Contractors.�� Instructions� Responses to the following items are requested. These are intended as general market research: examples and descriptions of individual corporate experience or capability will be considered relevant only to the degree that it is indicative of the marketplace broadly. Responses that address some but not all the items are welcome.� �Support,� when used below, refers to the requirements outlined in the attached requirements specification.� For reference, please provide your: company name; address; CAGE code; DUNS number; authorized points of contact, with telephone numbers and email addresses; and webpage URL.� What Government Furnished information would be required to successfully complete the requirement? Please address any dependencies that affect your answer, and how.� What property other than data would the Government have to furnish for a contract providing this support? Please address any dependencies that affect your answer, and how. (This question should be interpreted broadly, to include tooling, support equipment, facilities, etc.)� In schedule terms, how far in advance of performance would a contract be required? Please describe all assumptions in your answer. If there is specific Government support or property on which the answer depends, please explain.� Provide a rough order of magnitude (ROM) price estimate, by year, to support this effort. You are encouraged to characterize your answer in whatever fashion you believe represents the most reliable estimating methodology: a high and low estimate; an average factor by which the number of included components or systems may be multiplied; etc. In any case, please describe the basis on which your estimate is developed, and the role of any assumptions or dependencies.� What is the value and benefit that your company can provide in relation to this RFI?� A capability matrix that is organized with the requirement document ID on one axis and a �Currently does not meet�, �Meets� or �Exceeds� column on the other axis.� Please indicate why you feel this evaluation.� With supply chain requirements and changing demand across the global F-35 fleet, how does your company execute a supply chain management plan? How would this benefit the US Government in terms of cost savings, while preventing escalating costs to the F-35 Joint Program Office?�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0508df6b5191440db52bd8f8ed493114/view)
- Place of Performance
- Address: Orlando, FL, USA
- Country: USA
- Country: USA
- Record
- SN07244245-F 20241020/241018230102 (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 |