Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2021 SAM #7313
SOLICITATION NOTICE

15 -- FY22/24 Maintenance Systems ODIN IDIQ Hardware Contract (MOHW)

Notice Date
12/7/2021 1:18:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-D-0004
 
Response Due
12/22/2021 8:59:00 PM
 
Archive Date
01/06/2022
 
Point of Contact
Holly Thomas, Jesse A. Steele, Phone: 7036074564
 
E-Mail Address
Holly.Thomas@jsf.mil, jesse.steele@jsf.mil
(Holly.Thomas@jsf.mil, jesse.steele@jsf.mil)
 
Description
The Joint Strike Fighter Joint Program Office in Arlington, VA intends to solicit and negotiate multiple contract actions on a Sole Source basis to Lockheed Martin Aeronautics Company (LM-Aero) for supplies/services necessary to provide support for the F-35. The FY22/24 Maintenance Systems ODIN Indefinite Delivery Indefinite Quantity Hardware Contract (MOHW) for Hardware, N00019-22-D-0004, effort is for the production of the F-35 Logistics Information System (LIS) � which encompasses both the Autonomic Logistics Information System (ALIS) and Operational Data Integrated Network (ODIN) � and Mission Planning Environment (MPE) hardware and the associated administrative support necessary to field the F-35 LIS, MPE, and components of any future LIS and MPE retrofits for the F-35A, F-35B and F-35C aircraft. This includes, but is not limited to, contract management, planning and readiness reviews and associated non-recurring introduction to service activities. The anticipated period of performance includes a base period of twelve (12) months and two (2) one-year option periods for a total performance period of three (3) years. The anticipated start date is 01 March 2022. The contract type is anticipated to be a Hybrid consisting of Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) over a period of three years. These services shall be performed primarily at various United States Service Bases, off-site at the contractor's facility at Fort Worth, TX, and other locations. The Program Office intends to award this effort to LM-Aero, Fort Worth, TX. As the sole designer, developer and manufacturer of the F-35 aircraft, LM-Aero is the only source with the requisite knowledge, experience, technical expertise, proprietary technical documentation and software/algorithms required to furnish the supplies and services within the required timeframe. The authority permitting other than full and open competition is Title 10, U.S. Code 2304 (c)(1), as implemented by FAR 6.302-1, �Only One Responsible Source�, and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals; however, any capability statements, proposals, or quotations received in relation to any portion of the scope detailed in this synopsis will be considered by the United States Government (USG). All responses received within fifteen days after the date of publication of this synopsis will be considered by the USG. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any parties interested in subcontracting will be referred to the LM-Aero Supplier Diversity Manager. There is no commitment by the USG 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 USG to solicit for or award a contract. The data associated with the F-35 �Lightning II� Program is export controlled and is not available to foreign sources or representatives. Questions and responses regarding this notice should be addressed via e-mail to the contacts listed below at Jesse.Steele@jsf.mil or Holly.Thomas@jsf.mil. Contracting Office Address: 200 12th St South Suite 600 Arlington, VA 22202 United States Primary Point of Contact: Holly Thomas Contract Specialist Holly.Thomas@jsf.mil Secondary Point of Contact: Jesse Steele Procurement Contracting Officer (PCO) Jesse.Steele@jsf.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dcc5b472446f4d98a836eb1dc7b9cb34/view)
 
Place of Performance
Address: Arlington, VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN06192721-F 20211209/211207230108 (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.