SOLICITATION NOTICE
R -- F-35 JPO Program Security Support Services
- Notice Date
- 1/30/2020 12:04:36 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833520R0033
- Response Due
- 2/11/2020 2:00:00 PM
- Archive Date
- 02/26/2020
- Point of Contact
- Jeffrey Hamilton, Contract Specialist, Phone: 7036028141, Patrick Walsh, Phone: 7036011327
- E-Mail Address
-
jeffrey.hamilton@jsf.mil, patrick.walsh@jsf.mil
(jeffrey.hamilton@jsf.mil, patrick.walsh@jsf.mil)
- Description
- THIS IS A SOURCES SOUGHT / SYNOPSIS ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. A Request for Proposal (RFP) is anticipated to be posted in the late spring/early summer 2020 timeframe. The F-35 Joint Program Office (F-35 JPO) requires program security support services to support its critical mission of developing, deploying and sustaining the next generation strike fighter aircraft.� The program security support disciplines consist of Program Management, General Security Support, Information Security Support, Industrial Security Support, Physical Security Support, Personnel Security Support, Counter-Intelligence Support, Special Security Studies, Foreign Disclosure Support, Program Protection Cybersecurity/Security Control Assessment Services and Program Protection Engineering Services. The program security support services encompass the management and control of controlled unclassified information (CUI), collateral/general service (GENSER) information, Special Access Program (SAP) information, North Atlantic Treaty Organization (NATO) information, Critical Nuclear Weapons Design Information (CNWDI) and Sensitive Compartmented Information (SCI).� This is anticipated to be an Indefinite Delivery/Indefinite Quantity contract which will set forth the pricing, conditions and clauses under which future task orders between the parties shall be governed. This contract will be used as a means of providing security services to the F-35 JPO. The JPO is searching for firms who can fulfill the following objectives: IDIQ � Program Security The anticipated initial task orders include: Task Order 0001 �Program Management Support Task Order 0002 � Program Security Support Task Order 0003 � Foreign Disclosure / Export Support Task Order 0004 � Cybersecurity Support The Draft Performance Work Statements for the IDIQ and Task Orders 0001-0004 are attached herein. All firms must be capable of meeting all technical specifications, and capabilities. As part of its market research, the JPO is issuing this Sources Sought to determine if an adequate number of qualified interested contractors capable of fulfilling the requirement exists. The Government may use the responses to this Sources Sought for information and planning purposes.� At this time the Government intends to award a seven year, $215M, Single Award IDIQ, and to award the initial four (4) task orders, as described above. No Request For Proposal (RFP) exists at this time; therefore, do not request a copy of the RFP. Responses to this Sources Sought/Synopsis are not quotes on which the F-35 JPO can issue any contract. This Sources Sought/Synopsis is issued for information and planning purposes only and does not itself constitute a RFP. The Government does not intend to award an IDIQ based on responses to this Sources Sought/Synopsis. All information received in response to this Sources Sought/Synopsis marked ""Proprietary"" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the Sources Sought/Synopsis will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought/ Synopsis. The JPO will not pay for information received in response to this Sources Sought/Synopsis. The JPO requests interested, capable parties respond to this Sources Sought/ Synopsis with a brief statement of interest/capability statement, not to exceed one page. The JPO welcomes industry to provide an additional page with feedback/questions. Responses should not exceed two pages. Please send responses to Mr. Jeffrey Hamilton, email address: Jeffrey.hamilton@jsf.mil by 11 Feb 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6c1f8a3f6abd43ada9d41b5a12a91af8/view)
- Place of Performance
- Address: Arlington, VA 22202, USA
- Zip Code: 22202
- Country: USA
- Zip Code: 22202
- Record
- SN05547556-F 20200201/200130230203 (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 |