SOLICITATION NOTICE
15 -- F-35B Joint Strike Fighter - Low Rate Initial Production (LRIP) 7 Aircraft Procurement with Option for LRIP 8
- Notice Date
- 11/30/2011
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-12-C-0004
- Archive Date
- 1/14/2012
- Point of Contact
- William Bracken Todd, Phone: 7036990796
- E-Mail Address
-
william.todd@jsf.mil
(william.todd@jsf.mil)
- Small Business Set-Aside
- N/A
- Description
- The Joint Strike Fighter (JSF) Program Office intends to award multiple contract actions to Lockheed Martin Corporation, Lockheed Martin Aeronautics, Fort Worth, TX for Low Rate Initial Production (LRIP) Lot 7 requirements with options for LRIP Lot 8 requirements. The proposed contract actions, including all options, will provide for ninety-six (96) Conventional Take-Off and Landing (CTOL) aircraft, nineteen (19) Short Take-Off Vertical Landing (STOVL) aircraft, and thirty-three (33) Carrier Variant (CV) aircraft (or such other quantities as may be authorized and appropriated by the U.S. Congress or authorized by non-U.S. DoD Participants); as well as long lead-time materials; associated sustainment support including spares, support equipment, non-recurring autonomic logistics sustainment activities, training, Autonomic Logistics Information System (ALIS) hardware, depot activation, Performance Based Logistics (PBL) operations, and maintenance for all CTOL, STOVL, and CV aircraft; Ancillary Mission Equipment (AME); Production Non-Recurring (PNR) activities to support the JSF production ramp rate including tooling, test equipment, production aids, production equipment, support labor, and technical assistance; technical, financial, and administrative data; US Reprogramming Laboratory (USRL) and Partner Reprogramming Laboratory (PRL); and proposal preparation. In addition, there will be ordering line items to allow for additional supplies and services, including but not limited to Diminishing Manufacturing Sources (DMS) procurements, retrofit efforts required to update accepted aircraft to newer configurations, Engineering Change Proposals (ECPs), and Government Furnished Equipment (GFE) maintenance. The proposed contract actions are for supplies or services for which the Government intends to solicit and negotiate with Lockheed Martin Corporation under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, interested parties may submit a capability statement for the purpose of determining whether to initiate a competitive procurement. All responses received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete these proposed contract actions based upon responses to this notice is solely within the discretion of the Government. Questions regarding this notice should be addressed to Bracken Todd via e-mail at William.Todd@jsf.mil. Small businesses who are interested in subcontracting opportunities for this effort should contact Emma Stevens at Emma.J.Stevens@lmco.com. The anticipated award date for the first contract action resulting from this synopsis is January 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-C-0004/listing.html)
- Place of Performance
- Address: Fort Worth, Texas, 76101-0371, United States
- Zip Code: 76101-0371
- Zip Code: 76101-0371
- Record
- SN02631200-W 20111202/111130234818-06916138f1128156675053e948b8367f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |