Additional Scope Modification to BH-2 Full Scale Durability Test Contract
Agency: | DEPT OF DEFENSE |
---|---|
State: | Texas |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159188193704402 |
Posted Date: | Mar 30, 2023 |
Due Date: | Apr 30, 2023 |
Solicitation No: | N00019-23-NORFP-JSF000-0377 |
Source: | Members Only |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 30, 2023 01:45 pm EDT
- Original Date Offers Due: Apr 30, 2023 12:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 30, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 1510 - AIRCRAFT, FIXED WING
-
NAICS Code:
- 336411 - Aircraft Manufacturing
-
Place of Performance:
Fort Worth , TX 76101USA
The F-35 "Lightning II" Program Office (JPO) intends to solicit for a contract action from Lockheed Martin Aeronautics Company, Fort Worth, TX, to modify the existing F-35 Full Scale Durability Testing (FSDT) delivery order N0001920F0301. The JPO is contracting support to address known service life limited parts that are predicted to impact the ability to continue testing. Specific efforts consist of non-recurring engineering, part fabrication/procurement, and execution of required configuration changes to mitigate five life limited parts.
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. Lockheed Martin Aeronautics Company 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, 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, responsible source that can fulfill the requirements specified herein. Subcontracting opportunities may be available and should be sought with Lockheed Martin through Jeff McCarthy / 817-777-7758.
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 Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the 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 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 Government to solicit for or award a contract. The data associated with the F-35 "Lightning II" Program is export controlled and is not available to foreign sources or representatives.
- NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
- PATUXENT RIVER , MD 20670-5000
- USA
- Melvin Mbise
- Melvin.Mbise@jsf.mil
- Mar 30, 2023 01:45 pm EDTSolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.