F-35 Joint Program Office (JPO) Systems Modernization Working Group (SMWG) Studies for Emerging Capabilities in Block 4 and Beyond

Agency:
State: Texas
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159690918132059
Posted Date: Dec 14, 2023
Due Date: Jan 14, 2024
Source: Members Only
Follow
F-35 Joint Program Office (JPO) Systems Modernization Working Group (SMWG) Studies for Emerging Capabilities in Block 4 and Beyond
Active
Contract Opportunity
Notice ID
N00019-24-NORFP-JSF000-0046
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 14, 2023 04:49 pm EST
  • Original Response Date: Jan 14, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1510 - AIRCRAFT, FIXED WING
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Fort Worth , TX 76101
    USA
Description

The F-35 Joint Program Office (JPO) intends to award a Delivery Order (DO) under Basic Ordering Agreement (BOA) N0001919G0008 for the following need:





The Systems Modernization Working Group (SMWG) is a joint Lockheed Martin (LM)/ Joint Program Office (JPO) working level forum in which the contractor and Government review technology refresh alignments and future technology options in support of future modernization planning to enable F-35 Continued studies for the design, development, installation/integration, testing, training, and delivery of continuous capabilities. This posting is with regards to future Pre-Program of Record emerging capabilities for the Block 4 and beyond for the F-35 Air Vehicle System. These studies can be conducted in the form of Air System Integration Assessments, Trade Studies, Feasibility Studies, and/or roadmaps that can include business case analyses and enterprise drop plan that will be used to support future modernization planning for the F-35 air system. The JPO Research & Technology (R&T) team and contractor work jointly to help determine which studies are appropriate candidates for each SMWG effort.





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 thirty (30) 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 (Jeff McCarthy / 817-777-7758). 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.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 14, 2023 04:49 pm ESTPresolicitation (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.

Start Free Trial Today >