Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

16 -- Follow-on Sustainment Requirements in Support of the F-22 Fleet

Notice Date
3/30/2016
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8205-15-R-0001
 
Archive Date
4/29/2016
 
Point of Contact
Emily M. Pogue, Phone: 801-777-7976, Marilee Barnes, Phone: 801-777-9656
 
E-Mail Address
emily.pogue@us.af.mil, marilee.barnes@us.af.mil
(emily.pogue@us.af.mil, marilee.barnes@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation synopsis. The Air Force Life Cycle Management Center (AFLCMC) F-22 System Program Office intends to solicit and award a contract with only one source pursuant to the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 to Lockheed Martin Corporation, Lockheed Martin Aeronautics Company. This notice of intent is not a request for competitive proposals and a solicitation will not be made available through the GPE. The contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract composed the following ordering periods: a five year base, a five year option, and a six month option in accordance with FAR clause 52.217-8, Option to Extend Services. The ordering period of the ID/IQ will begin 1 January 2018. Periods of performance will be defined individually for each order placed during the ID/IQ ordering periods for both severable and non-severable services. Non-severable services are expected to last more than one year. This contract will be a follow-on contract with Lockheed Martin for comprehensive sustainment services for the F-22 Air Vehicle. Lockheed Martin has unique knowledge and experience with the F-22 Air Vehicle as the designer, producer, and incumbent sustainment contractor and is the only responsible source to satisfy the Air Force's requirements. Any efforts to mature a new Product Support Integrator (PSI) source to basic competency and to transfer the full technical data package (TDP) would result in unacceptable delays in fulfilling the agency's requirements. Locations of performance consists of five (5) operational bases: Joint Base Elmendorf-Richardson, Alaska; Nellis Air Force Base (AFB), Nevada; Tyndall AFB, Florida; Joint Base Langley-Eustis, Virginia; and Joint Base Pearl Harbor-Hickam, Hawaii; six (6) support locations: Edwards AFB, California; Palmdale, California; Hill AFB, Utah; Tinker AFB, Oklahoma; and Sheppard AFB, Texas; Warner Robbins AFB, Georgia; other potential stateside and overseas locations; potential combat deployment and en route support bases; potential locations through depot partnering agreements; and the system program office. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The National American Industry Classification System (NAICS) code for this procurement action is 336411. Please indicate the number of employees relative to the size standard of 1,500 employees for determination of small business status. Responders shall include their assigned Data Universal Numbering System (DUNS) number, their Commercial and Government Entity (CAGE) code, and indicate if they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Respondents shall also specify whether they are a U.S. or foreign-owned firm. For subcontracting opportunities, interested parties may submit appropriate information to Lockheed Martin's point of contact, Mr. Jeffrey Boston at jeffrey.r.boston@lmco.com. For further questions, interested parties may contact the Contracting Officer and Contract Specialist below: The Contract Specialist is Ms. Emily Pogue, AFLCMC/WWUKH, 5648 Foulois Road, Bldg. 688, Hill AFB, UT 84056, phone (801) 777-7976, e-mail: emily.pogue@us.af.mil. The Contracting Officer is Ms. Marilee Barnes, AFLCMC/WWUKH, 5648 Foulois Road, Bldg. 688, Hill AFB, UT 84056, phone (801) 777-9656, e-mail: marilee.barnes@us.af.mil. The Ombudsman for this effort is Mr. Kevin Flinders, AFSC OL-H/PZC, e-mail: kevin.flinders@us.af.mil. Contracting Office Address: AFLCMC/WWUKH 5648 Foulois Road, Bldg. 688 Hill AFB, UT 84056 Place of Performance: See locations listed above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8205-15-R-0001/listing.html)
 
Place of Performance
Address: See above, United States
 
Record
SN04066962-W 20160401/160330234350-73dfb754498268307dd38949bad1014c (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.