Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

28 -- Joint Strike Fighter (JSF) Low Rate Initial Production (LRIP) VII and LRIP VIII

Notice Date
11/29/2011
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-C-0060
 
Archive Date
1/13/2012
 
Point of Contact
Rebecca L. Surmacz, Phone: 7036074416, Lisa L Bregman, Phone: (703) 601-5519
 
E-Mail Address
rebecca.surmacz@jsf.mil, lisa.bregman@jsf.mil
(rebecca.surmacz@jsf.mil, lisa.bregman@jsf.mil)
 
Small Business Set-Aside
N/A
 
Description
The Joint Strike Fighter (JSF) Program Office intends to award multiple contract actions to Pratt & Whitney, Military Engines, East Hartford, CT for Low Rate Initial Production (LRIP) Lot VII and an option for LRIP Lot VIII F135 Propulsion System requirements, beginning with long lead-time materials, for the following quantities of aircraft variants (or other such quantities as may be authorized and appropriated by Congress or authorized by the respective Ministries of Defence): ninety-six (96) Conventional Take-off and Landing (CTOL) aircraft, nineteen (19) Short Take-off Vertical Landing (STOVL) aircraft, and thirty-three (33) Carrier Variant (CV) aircraft. The contract actions also include associated sustainment support including spare engines, initial spare modules and parts, support equipment, non-recurring autonomic logistics sustainment activities, support of Air System contractor manufacturing operations, depot activation, performance based logistics operations and maintenance for CTOL, STOVL, and CV Propulsion Systems; production non-recurring activities to support the JSF Propulsion System production ramp rate including tooling, test equipment, production aids, production equipment, support labor and technical assistance; and technical, financial and administrative data. Additional supplies and services will be acquired under ordering line items for diminishing manufacturing sources procurements, retrofit efforts required to update accepted propulsion systems to newer configurations, engineering change proposals, and government furnished equipment maintenance. The proposed contract actions are for supplies or services for which the Government intends to solicit and negotiate with Pratt & Whitney, Military Engines under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, an interested party may submit a capability statement for the purpose of determining whether to initiate a competitive procurement. All responses received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete these proposed contract actions based upon responses to this notice is solely within the discretion of the Government. Any parties interested in subcontracting will be referred to the Pratt & Whitney Supplier Diversity Manager, Mr. Alton Moss, at (860) 565-1764 or via email at alton.moss@pw.utc.com for submittal of supplier's electronic brochures and capability. Questions and responses regarding this notice should be addressed to Rebecca Surmacz via e-mail at Rebecca.Surmacz@jsf.mil. The anticipated award date of the initial contract action is February 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-C-0060/listing.html)
 
Place of Performance
Address: East Hartford, Connecticut, 06108-0968, United States
Zip Code: 06108-0968
 
Record
SN02630395-W 20111201/111129234733-8da1fa6b35eade21cbf4802f8536fd6c (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 |
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.