SOURCES SOUGHT
15 -- F-35 JPO Training Systems and Simulation Requirements
- Notice Date
- 4/1/2022 9:31:00 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-22-JSF000-0221
- Response Due
- 4/15/2022 9:00:00 PM
- Point of Contact
- Kim Doyle, Jesse A. Steele
- E-Mail Address
-
kimberly.doyle@jsf.mil, jesse.steele@jsf.mil
(kimberly.doyle@jsf.mil, jesse.steele@jsf.mil)
- Description
- DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The F-35 ""Lightning II"" Program Office intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide a full range of analysis, modeling and simulation, design, development, production, modification, test and evaluation, laboratory infrastructure, sustainment, delivery, refurbishment, relocation, and product support of training systems and simulation products for the F-35 Air System.� The training and training systems and simulation products will provide training events and qualification exercises which, to the extent practicable, give pilots, aircrew and maintainers events identical to those performed in the aircraft.� The complexity and evolving nature of the F-35 air system requires that training systems and simulation products and training are developed and implemented concurrently with the aircraft.� F-35 Training Systems and simulation products need to provide a robust, dynamic and accurate representation of the delivered air system and associated subsystems prior to or when delivered to the fleet and in support of operation test. Integral to the success of the F-35 mission is the ability to complete these efforts in the most efficient and timely manner possible. The IDIQ will serve as the contracting vehicle for procurement of such efforts. These capabilities would be integrated into the Training Infrastructure System (TIS) Operational Environment (OE) for usability within the training center classrooms. 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 time frame. This acquisition 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.� � Other interested parties may identify their interest and capability by responding to the sources sought notice within 15 calendar days of this notice.� Please be as specific as possible when addressing your organization�s capabilities.� Detailed statements must be submitted by email to the points of contact identified below.� All information shall be furnished at no cost or obligation to the government.� Responses shall be limited to no more than TEN (10) pages.� 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 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. �A determination by the USG not to open the requirement to competition based upon responses to this notice is solely within the discretion of the USG.� The data associated with the F-35 �Lightning II� Program is export controlled and is not available to foreign sources or representatives. Statements of capabilities, questions and/or responses regarding this notice should be addressed via e-mail to the point of contacts listed below. Contracting Office Address: 200 12th St South Suite 600 Arlington, VA 22202 United States Primary Point of Contact: Kim Doyle Contract Specialist kimberly.doyle@jsf.mil Secondary Point of Contact: Jesse Steele Procurement Contracting Officer (PCO) jesse.steele@jsf.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2066effef9b74846a3767d1a0d505c16/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06287895-F 20220403/220402211550 (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 |