SOLICITATION NOTICE
16 -- F-35 Lightning II Joint Strike Fighter � Helmet Mounted Display (HMD) Lots 18-19
- Notice Date
- 12/21/2023 9:17:16 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-JSF-HMD
- Response Due
- 1/5/2024 2:00:00 PM
- Archive Date
- 01/20/2024
- Point of Contact
- Charles Hollerith, Joseph Delmontagne
- E-Mail Address
-
charles.hollerith@jsf.mil, joseph.delmontagne@jsf.mil
(charles.hollerith@jsf.mil, joseph.delmontagne@jsf.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract action and is not a request for competitive quotes/proposals. The statutory authority for this sole source procurement is 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1.� The F-35 Lightning II Joint Program Office (JPO) intends to solicit and negotiate a contract action with Collins � Elbit Vision Systems (CEVS) for F-35 Lightning II Helmet Mounted Displays (HMD) Lots 18-19. � The proposed contract action will provide for an estimated maximum HMD quantity of 798 in Lot 18 and 672 in Lot 19, with the possibility for this quantity to increase or decrease leading up to solicitation and during negotiations as appropriated by the U.S. Congress or authorized by non-U.S. DoD Participants or Foreign Military Sales (FMS) customers. The contract scope includes both production assets and initial spares, as well as any manufacturing and support labor associated with the material production and delivery. CEVS is the only known qualified and responsible source able to fulfill the requirements specified herein, determined by a Request for Information (RFI - notice ID: N00019-JSF-HMDS) posted to SAM.gov and other market research. However, all responsible sources may submit a capability statement demonstrating the ability to provide the requested services. All responses received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The Government shall not reimburse interested sources for any information provided. No requests for capability briefings will be honored. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Questions regarding this notice should be addressed to Joseph Delmontagne via email at joseph.delmontagne@jsf.mil and Charles Hollerith at charles.hollerith@jsf.mil. The anticipated award date for the first contract action resulting from this synopsis is the 4th quarter of calendar year 2024. This notice is not a commitment by the Government to issue a solicitation, make an award (or awards), or be responsible for any cost incurred by interested parties prior to award of a contract for the effort described above. The data associated with the F-35 JPO is export controlled and is not available to foreign sources or representatives.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/48f518b64e154be98bd81b4593e894d7/view)
- Place of Performance
- Address: Cedar Rapids, IA 52498, USA
- Zip Code: 52498
- Country: USA
- Zip Code: 52498
- Record
- SN06919855-F 20231223/231221230047 (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 |