Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2017 FBO #5783
SOURCES SOUGHT

A -- F-35 Common Reprogramming Toolset

Notice Date
9/21/2017
 
Notice Type
Sources Sought
 
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
F35CRT
 
Archive Date
10/21/2017
 
Point of Contact
Kevin T. Harding, Phone: 7036025086, Todd Schwartz, Phone: (703) 604-6762
 
E-Mail Address
kevin.harding@jsf.mil, TODD.SCHWARTZ@JSF.MIL
(kevin.harding@jsf.mil, TODD.SCHWARTZ@JSF.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY AND NOT A REQUEST FOR PROPOSAL. The F-35 "Lightning II" Program Office (JPO) is conducting market research in order to determine its acquisition strategy. The JPO intends to award multiple contract actions for the development of common reprogramming tools in support of the F-35 reprogramming labs. This includes the development of tools that facilitate the production and reprogramming (engineered intelligence mission data) of Mission Data Files (MDFs); comprehensive test and evaluation to demonstrate the system integration, interoperability, supportability, safety, and utility; and acquisition of technical, administrative, and financial data. Government reprogrammers require agile software tools to code Electronic Warfare (EW) and threat data that can be incorporated into F-35 sensor fusion planning paradigms. MDF Generator tools must provide the ability to develop, define, and refine MDFs utilizing iterative and/or incremental software development methodologies that encompass user feedback throughout the build. Initial contract award is anticipated for the second quarter of fiscal year 2019 with an anticipated period of performance of two (2) years. DISCLAIMER: This sources sought is not a request for competitive proposals; however, all responsible sources may submit a capability statement, or other similar documentation, (not exceeding 10 pages) demonstrating the ability to perform the work listed above. Submissions should include the following information: 1) Business name, address, and business size under NAICS 336411; 2) If a small business, identify the small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.); 3) A discussion of the firm's experience performing similar projects within the past five (5) years; and 4) an overall summary of the capabilities of the contemplated software tools given the criteria above, including identifying the use of agile software technologies and whether the design is mature. No telephone responses will be accepted. All prospective contractors must be registered in the System for Acquisition Management (SAM) and have the ability to meet DD Form 254 requirements for Operations Security (OPSEC), receiving and generating classified material, and selected contractor employees must possess and maintain a SAR clearance at all times during contract performance. 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. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. The data associated with the F-35 "Lightning II" Program is export controlled and is not available to foreign sources or representatives. Inquiries and submissions may be emailed to Kevin Harding at kevin.harding@jsf.mil and Todd Schwartz at todd.schwartz@jsf.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/F35CRT/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04688859-W 20170923/170921231859-a39cf8e4d162ad6766d607e775214d0b (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.