MODIFICATION
15 -- F-35 Recurring Sustainment Support FY24 - FY28
- Notice Date
- 5/16/2023 7:13:46 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
- N0001921R0080
- Response Due
- 5/30/2023 1:00:00 PM
- Point of Contact
- LCDR Walter Hussong, Rene Thompson
- E-Mail Address
-
Walter.Hussong@jsf.mil, rene.thompson@jsf.mil
(Walter.Hussong@jsf.mil, rene.thompson@jsf.mil)
- Description
- The F-35 Joint Program Office (JPO) of Arlington, VA, intends to solicit and negotiate a contract with Lockheed Martin Aeronautics Company (CAGE code 81755) for the purchase of integrated sustainment support for the three F-35 variant Air Systems. The maximum period of performance for this effort is five years, anticipated to begin in 2024 and end in December 2028. The contract will require recurring sustainment support for the USAF, USMC, and USN, Partners, and FMS customers for both air vehicle and non-air vehicle systems. The scope of the recurring sustainment support effort includes: product support management; software sustainment; Autonomic Logistics Information System (ALIS) maintenance and operations; fleet management; security management; low-observable management; training and training support; training systems operations; support equipment support; supply support of ALIS and Operational Data Integrated Network (ODIN) hardware, below-the-neck pilot flight equipment (PFE), United States Reprogramming Laboratory (USRL) non-prime mission equipment (PME), and Post Ejection Survival Training (PEST); reliability and maintainability improvements; operations and support cost reduction initiatives; ferry of delivered aircraft; engineering change management; and support of the Joint Reprogramming Enterprise (JRE). This notice is not a request for competitive proposals. The Government plans to seek approval for a sole source award pursuant to FAR 6.302-1, �Only one responsible source.� However, any vendor that believes it should be considered a responsible source may submit a capability statement. The Government will consider all such�responses provided they are received within fifteen calendar days of this notice�s publication; the Government will also consider requests for additional information concerning this requirement as necessary to inform a response.� The determination to compete or proceed with a sole source award remains solely within the discretion of the Government. Questions or comments regarding this notice may be addressed to LCDR Walter Hussong, Contracting Officer, at Walter Hussong@JSF.mil, with copies requested to Mr. Rene Thompson, Contracting Officer, at Rene.Thompson@JSF.mil, and Mr. Joshua Meyerhofer, Contracting Officer, at Joshua.Meyerhofer@JSF.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30cda4b9cc374dee874c725caf85d587/view)
- Place of Performance
- Address: Fort Worth, TX 76108, USA
- Zip Code: 76108
- Country: USA
- Zip Code: 76108
- Record
- SN06683501-F 20230518/230517212019 (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 |