Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
MODIFICATION

A -- Thermal Management Upgrade (TMU)

Notice Date
3/21/2024 7:47:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-TMU
 
Response Due
4/5/2024 2:00:00 PM
 
Archive Date
04/05/2024
 
Point of Contact
Stephen Palis, Phone: 7036012780, Luis F. Pola, Phone: 7036990766
 
E-Mail Address
stephen.palis@jsf.mil, luis.pola@jsf.mil
(stephen.palis@jsf.mil, luis.pola@jsf.mil)
 
Description
The F-35 Lightning II Joint Program Office (JPO) intends to issue multiple contract actions on a sole-source basis to Lockheed Martin Aeronautics Company, Fort Worth, TX, to upgrade the power and thermal management system on all F-35 aircraft variants. The anticipated contract action(s) will develop, design, test, and integrate the Thermal Management Upgrade (TMU), to include the Power Thermal Management System (PTMS), Fuel Thermal Management System (FTMS) and Electrical Power System (EPS), for final overall air systems integration, airworthiness approval, and fielding on an F-35 air system with a modernized engine. The contract actions are anticipated to commence in the fourth quarter of fiscal year 2024 and will continue through the fourth quarter of fiscal year 2034. They will support the F-35 JPO U.S. Services, Cooperative Program Partners, and Foreign Military Sales customers. The TMU effort encompasses these ten high-level tasks: Integrating Thermal Management Systems (TMS) onto the F-35 air system. Developing, designing, and testing a fully integrated PTMS, FTMS, and EPS integrated architecture on the F-35 air system. Integrating a PTMS that will provide the required F-35 Air System cooling (62kW threshold, 80kW objective). Upgrading an FTMS, to meet the heat rejection required to support a 62kW threshold 80kW objective, and cooling system, on post-production F-35 air system. Upgrading an EPS to meet the power requirements of the post-Block 4 F-35 air system upgrades. Supporting F-35 U.S. Government-led test flights. Updating F-35 hardware and/or software to support the integration of new and upgraded systems. Execution of F-35 air system production line incorporation of TMU. Integrate a modernized engine. Retrofitting F-35 air systems. 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. The U.S. Government intends to award these efforts to Lockheed Martin Aeronautics Company as it 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, sufficient licenses of required proprietary technical data, software/algorithms, and technical expertise required to serve as the lead systems integrator within the required timeframe. Specifically, the U.S. Government does not have sufficient rights in the F-35 air system technical data to compete this effort.� Accordingly, Lockheed Martin is the only known qualified, responsible source that can fulfill the requirements specified herein. We anticipate and shall encourage Lockheed Martin to compete as many of the TMU subsystems as practicable. Subcontracting opportunities should be sought with Lockheed Martin through Ms. Emma Stevens, 817-655-8902. This notice is not a request for competitive proposals; however, all responsible sources may submit a capability statement. No telephone responses will be accepted. A determination by the U.S. Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the U.S. Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any information submitted by respondents to this technical description is strictly voluntary. There is no commitment by the U.S. 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. Information provided herein is subject to change and in no way binds the U.S. Government to solicit for or award a contract. The data associated with the F-35 Joint Program Office is export controlled and is not available to foreign sources or representatives.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/742abfc3d90e49e4b8adc37159f30945/view)
 
Place of Performance
Address: Fort Worth, TX, USA
Country: USA
 
Record
SN07004319-F 20240323/240321230041 (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 |
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.