Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2025 SAM #8515
SOLICITATION NOTICE

A -- F-35 Lightning II Joint Program Office Combat Data Infrastructure and Tools - Synopsis

Notice Date
3/18/2025 2:29:18 PM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
JSFCDS-0015
 
Response Due
3/18/2025 2:00:00 PM
 
Archive Date
04/02/2025
 
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 Combat Data Infrastructure and Tools to the US Air Force (USAF), Navy (USN), Marine Corps (USMC) and F-35 International Partners to support Block 4 and 5 capabilities. Such work will include: Development of hardware and software tools that support F-35 Joint Reprogramming and Mission Planning Environments. Combat data infrastructure supports increased data networking, throughput, analysis, and storage requirements for F-35 Block 4 and Block 5 capabilities and includes improved threat emulation capabilities required to evaluate, validate, and verify the mission data files for the F-35 Block 4 and Block 5 upgrades This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(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/2faf217484dd4765802001cb67c777a3/view)
 
Place of Performance
Address: Fort Worth, TX 76108, USA
Zip Code: 76108
Country: USA
 
Record
SN07375658-F 20250320/250318230047 (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.