Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2021 SAM #7183
SOLICITATION NOTICE

R -- Program Management knowledge-based services to the F-35 Lightning II Program (also known as the Joint Program Office (JPO)). Related Notice on FBO: N68335-19-R-9999.

Notice Date
7/30/2021 7:58:23 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N68335-20-R-0098
 
Response Due
6/30/2020 9:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Joseph Holt, Phone: 7633540951, Patrick Walsh, Phone: 7036011327
 
E-Mail Address
joseph.holt@jsf.mil, Patrick.Walsh@jsf.mil
(joseph.holt@jsf.mil, Patrick.Walsh@jsf.mil)
 
Description
Related Notice on FBO: N68335-19-R-9999 Note: All Relevant Files Are Attached Within the Draft Request for Proposal (RFP) pdf file within this Notice. This effort is to provide Program Management knowledge-based services to the F-35 Lightning II Program.� The F-35 Lightning II Program (also known as the Joint Program Office (JPO)) is a joint, multi-national program and is the DoD�s focal point for defining affordable next generation strike aircraft weapon systems among the United States (U.S.) Air Force (USAF), U.S. Navy (USN), U.S. Marine Corps (USMC), and U.S. allies composed of seven (7) cooperative international partners: the United Kingdom, Italy, Netherlands, Canada, Australia, Denmark, and Norway.� The program�s objective is to develop and deploy the F-35 Air System, a three (3) variant family of highly common and affordable 5th Generation strike fighter aircraft that meets the operational needs of the USAF, USN, USMC, and cooperative partner international services.� Additional production of the F-35 is made through Foreign Military Sales (FMS). The F-35 enterprise is defined as, but not limited to: Air Vehicle, Air Systems, Air Systems Ground Support, Support Equipment Systems, Depot Maintenance, Business, Flight Test, and Training Systems.� The F-35 JPO requires Program Management knowledge-based services to support its critical mission of developing, deploying and sustaining the next generation strike fighter aircraft on a global scale.� The required F-35 JPO Program Management knowledge-based services consist of the following highly interrelated disciplines supporting various functional areas within the F-35 JPO.� The range of Program Management Knowledge Based Services (PM-KBS) consists of contract management support; program management support; technical support, analytical support, administrative support, acquisition support, and operational support.� These services are critical to the successful fielding of the F-35 mission capabilities. The North American Industry Classification System (NAICS) code for this requirement is 541611, Administrative Management and General Management Consulting Services.� The Product Service Code (PSC) for this requirement is R408.� The Government intends to award a Single-Award Indefinite Delivery Indefinite Quantity (SA IDIQ) level-of-effort contract with Cost Plus Fixed Fee (CPFF) and Cost Reimbursable No Fee Contract Line Item Numbers. Immediately upon award, the Government intends on awarding one (1) initial task order (T/O 0001).� If necessary, subsequent task orders under this SA IDIQ will be awarded.� The Government is soliciting feedback on this Draft Request for Proposals (RFP), including questions and comments. Brief statements of interest/capability statements are also welcome. Questions and comments are due by 12:00 Eastern Time, 30 June 2020. The total performance period (PoP) for the SA IDIQ is for five (5) years. The total estimated PoP for the initial task order is from March 2021 � March 2022. The Period of Performance for T/O 0001 is as follows: Year 1 Labor: 12 Months CLINs 0001-0008, 0015 (CPFF CLINs) Year 1 Travel: 12 Months CLINs 9001-9005, 9007, 9008, 9015 (Cost Only CLINs) Year 1 Contract Data: 12 Months CLIN 0016 (Not Separately Priced (NSP)) Proposal validity is for a period of 180 days from receipt of proposal. The cost proposal requirement for this Request for Proposal (RFP) is for T/O 0001 only.� The SA IDIQ itself will not be priced. The Performance Work Statement (PWS) for the SA IDIQ is in Sec C, Descriptions and Specifications, of this RFP.� The PWS for the initial task order will be an attachment, Performance Work Statement, Task Order 0001 (Attachment 10) to the RFP. Contract Data Requirements List (CDRLs) will be part of the final RFP, but are not included in this draft. Sec C, Performance Work Statement, Para. 7.1 details data deliverable requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1045eb6ef65248348fc6c328a6c22df3/view)
 
Place of Performance
Address: Arlington, VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN06079611-F 20210801/210730230119 (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.