Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2015 FBO #4871
SOLICITATION NOTICE

28 -- F-35 Lightning II Propulsion Low Rate Initial Production (LRIP) Lot 11

Notice Date
3/25/2015
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
N00019-16-C-0001
 
Archive Date
4/24/2015
 
Point of Contact
Mark E. Stump, Phone: 703-602-8615, Charles W. Kindermann, Phone: 703-607-4565
 
E-Mail Address
mark.stump@jsf.mil, charles.kindermann@jsf.mil
(mark.stump@jsf.mil, charles.kindermann@jsf.mil)
 
Small Business Set-Aside
N/A
 
Description
The F-35 Lightning II Joint Program Office (JPO) intends to solicit and negotiate multiple contract actions with Pratt & Whitney Military Engines, East Hartford, CT for Lightning II lots 11, 12, and 13 F135 Propulsion System requirements. Beginning with long lead-time materials, the proposed contract actions for will provide for one hundred and eight (108) F-35A variant propulsion systems, seventeen (17) F-35B variant propulsion systems, and four (4) F-35C variant propulsion systems in lot 11; one hundred and thirty-eight (138) F-35A variant propulsion systems, twenty-six (26) F-35B variant propulsion systems, and eight (8) F-35C variant propulsion systems in lot 12; one hundred and forty (140) F-35A variant propulsion systems, twenty-six (26) F-35B variant propulsion systems, and ten (10) F-35C variant propulsion systems in lot 13 (or such other quantities as may be authorized and appropriated by Congress or authorized by the respective Ministries of Defense or Foreign Military Sales (FMS) customers). The contract actions also include associated sustainment support including spare engines, initial spare modules and parts, support equipment, non-recurring autonomic logistics sustainment activities, support of Air System contractor manufacturing operations, depot activation, maintenance services and replenishment spares for F-35A, F-35B and F-35C Propulsion Systems; production non-recurring (PNR) activities to support the JSF Propulsion System production ramp rate to include tooling, test equipment, production aids, production equipment, support labor and technical assistance; and technical, financial, administrative data; and proposal preparation. Contract actions will also provide for associated sustainment support including additional supplies and services for diminishing manufacturing sources (DMS) procurements, retrofit efforts required to update propulsion systems to newer configurations, Engineering Change Proposals (ECPs), and government furnished equipment (GFE) maintenance. The proposed contract actions are for suppliers or services for which the Government intends to solicit and negotiate with Pratt & Whitney, Military Engines under authority of FAR 6.302-1. The notice of intent is not a request for competitive proposals. However, an interested party may submit a capability statement for the Government's evaluation in determining whether to initiate a competitive procurement. All responses received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete these proposed contract actions based upon responses to this notice is solely within the discretion of the Government. Any parties interested in subcontracting will be referred to the Pratt & Whitney Supplier Diversity Manager, Mr. Alton Moss, At (860) 565-1764 or via at Alton.Moss@pw.utc.com for submittal of supplier's electronic brochures and capability. Questions and responses regarding this notice should be addressed to Mark Stump via e-mail at mark.stump@jsf.mil. The anticipated contract award is currently estimated in Q4 of CY16.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-C-0001/listing.html)
 
Place of Performance
Address: East Hartford, Connecticut, 06118, United States
Zip Code: 06118
 
Record
SN03678415-W 20150327/150325234857-c2e6a13e467159589ab3afcfadafc25b (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.