Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2025 SAM #8510
SOLICITATION NOTICE

70 -- F-35 Lightning II Joint Program Office Next Generation Mission Planning (NGMP) - Synopsis

Notice Date
3/13/2025 1:04:01 PM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-JSF000-0693
 
Response Due
4/1/2025 9:00:00 AM
 
Archive Date
04/16/2025
 
Point of Contact
Thomas Messier
 
E-Mail Address
Thomas.Messier@jsf.mil
(Thomas.Messier@jsf.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subparts 5.101 and 5.201 requiring dissemination of information for proposed contract actions. This is a pre-solicitation notice of intent to sole source a contract action and is not a request for competitive quotes/proposals. The statutory authority for this sole source procurement is 10 U.S.C. 3204(a)(1) (formerly 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 F-35 Joint Program Office (JPO) intends to award a Delivery Order (DO) under Basic Ordering Agreement (BOA) N0001924G0010 for the following need: Supplies and services acquired under the anticipated contract action will deliver F-35 mission planning tools and mission data handling capabilities to the US Air Force (USAF), Navy (USN), Marine Corps (USMC) and F-35 International Partners to support Block 4 capabilities. Such work will include: Mission Planning Enterprise elements, to include Ground Data Security Assembly Receptacle Re-architecture, Next Generation Open Mission System Development and mission data handling capabilities; Pre-development systems engineering, including programmatic planning, decomposition of Requirement Work Packages developed pursuant to the System Requirements Document; Capability design, development, and integration of Next Generation Mission Planning; Procurement and support for prototype construction; Development of hardware upgrades necessary to enable required capabilities to include programmatic planning, design reviews, and development, integration, and test activities; Execution of a comprehensive test and evaluation effort; The acquisition of technical, administrative, and financial data. 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 Government intends to award this effort to Lockheed Martin Aeronautics Company (Lockheed Martin), Fort Worth, TX. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Government. This notice of intent is not a request for competitive proposals; however, any capability statements, proposals, or quotations received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government. Lockheed Martin is the sole designer, developer, manufacturer and integrator of the F-35 aircraft and related equipment. Lockheed Martin alone has the experience, special skills, proprietary technical documentation, software/algorithms, and technical expertise required to furnish the supplies and services within the required timeframe. Accordingly, Lockheed Martin is the only known qualified and responsible source able to fulfill the requirements specified herein. Subcontracting opportunities may be available and may be sought with Lockheed Martin through the primary point of contact (Sean Lightcap / 817-584-1276). 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. Information provided herein is subject to change. 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/3f45a8de6c0744bdbe0599969fea3bd5/view)
 
Place of Performance
Address: Fort Worth, TX 76108, USA
Zip Code: 76108
Country: USA
 
Record
SN07372109-F 20250315/250314000113 (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.