Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2019 SAM #6573
SOLICITATION NOTICE

R -- Program Management Knowledge Based Services

Notice Date
11/26/2019 8:57:57 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-19-R-9999
 
Response Due
12/4/2019 8:59:00 PM
 
Archive Date
12/19/2019
 
Point of Contact
Funmi Williams, Phone: 7036028029
 
E-Mail Address
funmi.williams@jsf.mil
(funmi.williams@jsf.mil)
 
Description
a. This is a Request for Information (RFI) notice only. This RFI is for informational and planning purposes and it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The F-35 Joint Program Office (JPO) is requesting information pertaining to Program Management Knowledge Based Services support for the F-35 Lighting II JPO and associated Air Systems.b. The F-35 JPO, in conjunction with the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is releasing a draft Performance Work Statement (PWS), Attachment 1, as part of an RFI to identify interested parties and solicit comments to improve the quality and clarity of the requirements for program management support services at the F-35 JPO. The Government's intent is to release an RFP, which will result in a single award Indefinite Delivery / Indefinite Quantity (IDIQ) contract of not less than five years. The Government anticipates awarding four (4) task orders (T/O) for proposal along with the IDIQ proposal. These task orders will be aligned with one or more of the requirements captured in Section 3 Performance Requirement of Attachment 1, will be awarded at the time of IDIQ award, and will consist of over 200 FTEs performing at the F-35 JPO and other sites.c. The Government seeks to establish pricing on the basic IDIQ for all of the years and for all of the intended labor categories to be procured on all task orders, not just for those awarded upfront. Thus, the base IDIQ, at the time of award, will contain agreed-to pricing for all work to be performed throughout the life of the contract.d. The F-35 JPO requires program management support for the Directorates, Functional, and Integrated Product Teams, which reside within the F-35 JPO. The specific tasks are captured in the Draft IDIQ PWS, Attachment 1(Section 3 and Labor Categories).e. Due to the nature and dynamics of this requirement, any prime contractor submitting a proposal must be able to support up to the Top Secret level at the time their proposal is submitted to the Government in response to the RFP. This is to allow the contractor to perform on any variant of JPO security requirements upon award.f. The Government will potentially hold an industry day in in early/mid-January 2020 in Arlington, VA. Please check back at this site for details on the industry day. The Government will continue to provide information, draft documents and other program updates as they become available. FedBizOpps is the information source for this effort. Industry is highly encouraged to monitor this website for future postings.g. The Government intends to release the RFP via Federal Business Opportunities (FedBizOpps) January 2020.h. The incumbent contractor is Amelex Electronics, Inc. (AMELEX) and the contract number is N00178-14-D-7603-4Y01.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/96b302d897334fb6a02089532d86a21b/view)
 
Place of Performance
Address: 3000, VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN05503792-F 20191128/191126231630 (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 |
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.