Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2023 SAM #7920
SOLICITATION NOTICE

15 -- F-35 Lightning II Joint Strike Fighter - Low Rate Initial Production Lots 20-24

Notice Date
8/2/2023 6:44:43 AM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
JSF-PSLCT-23-0162
 
Response Due
9/1/2023 8:59:00 PM
 
Archive Date
09/16/2023
 
Point of Contact
Alyssa McDaniel, Gary Trimble
 
E-Mail Address
alyssa.mcdaniel@jsf.mil, gary.trimble@jsf.mil
(alyssa.mcdaniel@jsf.mil, gary.trimble@jsf.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract action and is not a request for competitive quotes/proposals. The statutory authority for this sole source procurement is 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements�.� The F-35 Lightning II Joint Program Office (JPO) intends to solicit and negotiate multiple contract actions with Lockheed Martin Corporation Lockheed Martin Aeronautics, Fort Worth, TX for F-35 Lightning II Lots 20-24. The proposed contract actions will provide for a total of one-hundred-fifty-six (156) aircraft in Lot 20, Lot 21, Lot 22, Lot 23, and Lot 24 for a total of seven-hundred-eighty (780) aircraft; or such other quantities as may be authorized and appropriated by the U.S. Congress or authorized by non-U.S. DoD Participants or Foreign Military Sales (FMS) customers.�� Contract actions will provide for long lead time materials, parts, components, initial spares, and effort;�Economic Ordering Quantity (EOQ) funding in advance to achieve economies of scale by pre�purchasing components, materials or parts at a lower negotiated price based on volume/duration across the multiple year timeframe; Red Gear (RG) in support of the Lots 20-24 aircraft; Additional production operations to convert a quantity of U.S. F-35 A, B or C variant to Flight Test Instrumentation (FTI) fitted aircraft; Ancillary Mission Equipment (AME) including Pilot Flight Equipment (PFE); Production non-recurring (PNR) activities to support the F-35 production ramp rate, including affordability, producibility, and production transition initiatives, special tooling, special test equipment, production aids, production equipment, manufacturing support equipment, support labor, diminishing manufacturing sources (DMS) management and redesign, and technical assistance; technical, financial and administrative data; Engineering changes; Line items to allow for additional supplies and services for DMS procurements, Participant-directed procurements of country- unique F-35 requirements, and maintenance and repair of government �furnished equipment (GFE). The proposed contact actions are for supplies or services for which the Government intends to solicit and negotiate with Lockheed Martin Corporation under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals.�� Accordingly, Lockheed Martin Aeronautics is the only known qualified and responsible source able to fulfill the requirements specified herein. However, all responsible sources may submit a capability statement demonstrating the ability to provide the requested services. All responses received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The Government shall not reimburse interested sources for any information provided. No requests for capability briefings will be honored. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.�� Questions regarding this notice should be addressed to Lt Col Wesley Crawley via email at wesley.crawley1@jsf.mil. Small businesses who are interested in subcontracting opportunities for this effort should contact Stephen Collins at Stephen.1.Collins@lmco.com. The anticipated award date for the first contract action resulting from this synopsis is in the 4th quarter of calendar year 2026.� This notice is not a commitment by the Government to issue a solicitation, make an award (or awards), or be responsible for any cost incurred by interested parties prior to award of a contract for the effort described above. The data associated with the F-35 JPO is export controlled and is not available to foreign sources or representatives.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7616c81525b64ba2bb453162864ce5bb/view)
 
Place of Performance
Address: Fort Worth, TX 76101, USA
Zip Code: 76101
Country: USA
 
Record
SN06773544-F 20230804/230802230047 (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.