Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
MODIFICATION

15 -- FY2018-2019 F-35 Annualized Sustainment Contract

Notice Date
1/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft 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
N00019-16-R-0034
 
Archive Date
4/15/2017
 
Point of Contact
Roy Hyun Yim, Phone: 7036990742, Rene Y Thompson, Phone: 7036018080
 
E-Mail Address
roy.yim@jsf.mil, rene.thompson@navy.mil
(roy.yim@jsf.mil, rene.thompson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER This Sources Sought is for informational purposes only. This is not a Request for Proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. INTRODUCTION The Joint Strike Fighter Joint Program Office (AIR-2.6) at Arlington, VA announces its intention to procure, on a Sole Source basis, the services necessary to provide Annual Sustainment support services for the Naval Air Systems Command (NAVAIR), JSF JPO (AIR-2.6). The services are currently being performed by LM Aero of Fort Worth, TX under N00019-15-C-0114. The existing contract is a Cost Plus Incentive Fee term type. This contract is due to expire 28 February 2016. The FY17 Annual Sustainment support services contract is currently being negotiated. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is 1510; the NAICS is 336411 with a size standard of 1,500 employees. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. As such, all eligible SB/SDVOSBs/8(a)/etc in Zone X are encouraged to respond. 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 a single one (1) year option for a total performance period of two (2) years. The anticipated start date is 1 January 2018. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Hybrid consisting of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Fixed Price Incentive Fee (FPIF), Firm Fixed Price (FFP), and Cost with an estimated total Level of Effort of approximately 17-Million man-hours (based on 1,920 hours per year) over a period of two years. These 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 Bases, and at other locations specified in the attached Draft Performance Work Statement (PWS). REQUIREMENTS The Joint Strike Fighter (JSF) Joint Program Office (JPO) intends to award a Sole Source contract, as defined in FAR 5.201(a). All responsible sources may submit a capability statement which shall be considered by JPO. This Sole Source contract will be awarded to Lockheed Martin Corporation, Lockheed Martin Aeronautics Company (LM Aero), Fort Worth, TX, for non-recurring and recurring sustainment support for all fielded F-35 aircraft for FY18-19. The material and non-recurring sustainment activities include: Training Material and Infrastructure, Initial Spares, Support Equipment, Autonomic Logistics Information System (ALIS) Material and Infrastructure, Site Surveys and Site Activation Activity, Depot Activation, Reliability, Maintainability and Health Maturation, and the Structural Integrity Program. All recurring sustainment support and PBL Operations for the United States Air Force (USAF), United States Marine Corps (USMC), and United States Navy (USN), non-U.S. Department of Defense (DoD) Participants and Foreign Military Sales (FMS) customers, to include: Program Management, Sustainment Integration Activities, Systems and Sustaining Engineering, Product Support Management, ALIS Maintenance and Operations, Fleet Management, Security Management, Joint Technical Data Management, Low Observable Management, Training and Training Support, Training Systems Operations, Support Equipment Support, Supply Support and Management Services, Industrial Operations, Warfighter Support, Support of Customer Unique Requirements, Ferry of Aircraft, Engineering Change Management, Support of the United States Reprogramming Laboratory, and DMS/MS support. Sustainment support will apply to all fielded aircraft and propulsion systems to include sustainment for two-hundred and eighty-three (283) F-35A aircraft for the USAF through the end of FY18, and three-hundred and forty-three (343) F-35A aircraft for the USAF through the end of FY19, or for other such quantities as may be authorized and appropriated by Congress. Sustainment for forty-six (46) F-35C aircraft for the United States Navy (USN) through the end of FY18, fifty-six (56) F-35C aircraft for the USN through the end of FY19, or for other such quantities as may be authorized and appropriated by Congress. Sustainment for ninety-nine (99) F-35B aircraft for the United States Marine Corps (USMC) through the end of FY18, one-hundred and nineteen (119) F-35B aircraft for the USMC through the end of FY19, or for other such quantities as may be authorized and appropriated by Congress. Sustainment for twenty-one (21) F-35B aircraft for the British Royal Navy (RN) through the end of FY18, twenty-four (24) F-35B aircraft for the RN through the end of FY19, or for other such quantities or variants as may be authorized by the Ministry of Defence; Sustainment for sixteen (16) F-35A aircraft for the Italian Air Force (IAF) through the end of FY18, eighteen (18) F-35A aircraft for the IAF through the end of FY19, or for other such quantities or variants as may be authorized by the Ministry of Defence. Sustainment for eight (8) F-35B aircraft for the Italian Navy (IN) through the end of FY18, eleven (11) F35B aircraft for the IN through the end of FY19, or for other such quantities or variants as may be authorized by the Ministry of Defence. Sustainment for thirty-three (33) F35A aircraft for the Royal Australian Air Force (RAAF) through the end of FY18, forty-eight (48) F35A aircraft for the RAAF through the end of FY19, or for other such quantities or variants as may be authorized by the Department of Defence. Sustainment for zero (0) F-35A aircraft for the Royal Danish Air Force (RDAF) through the end of FY18, six (6) F-35A aircraft for the RDAF through the end of FY19, or for other such quantities or variants as may be authorized by the Ministry of Defence. Sustainment for eighteen (18)F-35A aircraft for the Royal Netherlands Air Force (RNLAF) through the end of FY18, twenty-six (26) F-35A aircraft for the RNLAF through the end of FY19, or other such quantities or variants as may be authorized by the Ministry of Defence. Sustainment for twenty-eight (28) F-35A aircraft for the Norwegian Air Force (NAF) through the end of FY18, thirty-four (34) F-35A aircraft for the NAF through the end of FY19, or other such quantities or variants as may be authorized by the Ministry of Defence. Sustainment for fourteen (14) F-35A aircraft for the Turkish Air Force (TAF) through the end of FY18, twenty-two (22) F-35A aircraft for TAF through the end of FY19, or other such quantities or variants as may be authorized by the Ministry of National Defense. Sustainment for six (6) F-35A aircraft for the Republic of Korea (ROKAF) through the end of FY18, sixteen (16) F-35A aircraft for the ROKAF through the end of FY19, or other such quantities or variants as may be authorized by the Ministry of Defense. Sustainment for ten (10) F-35A aircraft for Japanese Air Self Defense Force (JASDF) through the end of FY18, sixteen (16) F-35A aircraft for the JASDF through the end of FY19, or other such quantities or variants as may be authorized by the Ministry of Defense. Sustainment for fifteen (15) F-35A aircraft for the Israeli Air Force (ISRAF) through the end of FY18, twenty-one (21) F-35A aircraft for the ISRAF through the end of FY19, or other such quantities or variants as may be authorized by the Ministry of Defense. Ordering line items to allow for additional supplies and services for DMS procurements, Participant-directed procurements of country-unique F-35 requirements, and government-furnished equipment (GFE) maintenance and repair. The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist for planning for future procurements. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. Labor categories anticipated to execute the contemplated services include: Sr. Acquisition Logistics Manager, Acquisition Logistics Manager, Sr. Operations Logistics Manager, Operations Logistics Manager, Sr. Logistics Analyst, Logistics Analyst, Sr. Logistics Engineer, and Jr. Logistics Engineer. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, single sided, 12 point font minimum, Word document) demonstrating ability to perform the services listed in a forthcoming SOO attachment (Anticipated to be made avaliable as an attachment via FBO by Feb 03, 2017.) This documentation must address, at a minimum, the following: 1. Identification of SOO paragraph in which a response is being made against; 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; 4. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; 5. Statement regarding capability to obtain the required industrial security clearances for personnel; 6. Company's ability to perform at least 50% of the work; and 7. Company's ability to begin performance upon contract award. 8. What type of work has your company performed in the past in support of the same or similar requirement? 9. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 10. What specific technical skills does your company possess which ensures capability to perform the tasks? 11. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOO for the base period as well as the option periods. 12. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. 13. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 14. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-R-0034/listing.html)
 
Record
SN04371612-W 20170115/170113234222-a4ab93d8b438127bd79ec733dd04c0a8 (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.