Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOLICITATION NOTICE

99 -- Joint Strike Fighter (JSF), Joint Program Office (JPO), Class Justification and Approval (CJ&A) for Sole Source under 10 U.S.C. 2304(c)(1) for Deployments and Travel

Notice Date
7/3/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
336411 — Aircraft 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
N00019-14-G-0020-07032018
 
Archive Date
8/6/2018
 
Point of Contact
Evan Uscatu, Phone: 7036028283, Christian Nardini, Phone: 703-699-0742
 
E-Mail Address
evan.uscatu@jsf.mil, christian.nardini@jsf.mil
(evan.uscatu@jsf.mil, christian.nardini@jsf.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N00019-14-G-0020
 
Award Date
3/13/2014
 
Description
: The F-35 Joint Program Office intends to authorize a Class Justification and Approval (CJ&A) for issuance of Cost Plus Fixed Fee (CPFF) type contract actions and orders to Lockheed Martin Aeronautics Company (LM Aero), Fort Worth, TX on a sole source basis. The CJ&A will cover the reimbursement of Deployment and Travel expenses only under Basic Ordering Agreement (BOA) N00019-14-G-0020; and its replacement BOA, (Contract Number To Be Determined), that will be awarded within the first half of calendar year 2019. This is being pursued on a sole source basis under the statutory authority of 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 Joint Program Office intends to award these orders to LM Aero. This notice of intent is not a request for competitive proposals; however, any capability statements, proposals, or quotations received by the Government within thirty (30) days after date of publication of this synopsis will be considered by the Government. Interim Contract Service (ICS) personnel are usually required to travel with squadron(s) being deployed around the globe amongst the US Services, International Partners and Foreign Military Sales (FMS). The ICS personnel help ensure the F-35 is capable and able to effectively execute and accomplish the squadron's mission(s). ICS personnel tasks on these deployments include, but are not limited to the administration, monitoring, security, and managing the database for The Autonomic Logistics Information System (ALIS) and Field Service Engineers (FSEs) for the F-35 Lightning II Air Vehicle System (F-35). The total estimated value of contract actions and orders under this CJ&A is approximately $55,000,000 over the span of five (5) years ending on 30 September 2023. Furthermore, deployments and travel are a requirement for most US Services, Partners and FMS customers. It is not uncommon for a deployment to be announced with only a few days or hours of advanced noticed due to national security and/or worldwide events. Delaying essential deployments and travel of the F-35 Lightning II Air Vehicle System to identify another source would hinder the ability to accomplish missions and jeopardize national security for the United States, International Partners, and FMS Customers. The F-35 JPO estimated the timeline to establish a qualified source other than LM Aero to fulfil the deployments capability is a minimum of 2-3 years. This 2-3 year delay accounts for availability of a stable ALIS hardware and software configuration, acquisition of proprietary F-35 technical data, and training of personnel to perform the necessary tasks for the squadron(s) while being deployed. For these reasons, awarding the contract to a source other than LM Aero would cause unacceptable delays in meeting the agency requirements within schedule and accomplishing the missions tasked for the deployment. 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. There is no commitment by the Government 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. Lockheed Martin Aeronautics Company is the sole designer, developer, manufacturer and integrator of the F-35 aircraft and the related equipment. Lockheed Martin alone has the experience, special skills, proprietary technical documentation, software/algorithms, and technical expertise required to furnish the supplies and services within the required timeframe. Accordingly, Lockheed Martin is the only known qualified, responsible source that can fulfill the requirements specified herein. Information provided herein is subject to change and in no way binds the Government 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-14-G-0020-07032018/listing.html)
 
Place of Performance
Address: Various, Forth Worth, Texas, 76101, United States
Zip Code: 76101
 
Record
SN04978458-W 20180705/180703230953-a8e39e924736bb3e36aa6c3fd785d09f (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.