Special Tooling and Test Equipment (STATE) in support of the F-35 Lightning II
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159531707219752 |
Posted Date: | Jan 5, 2023 |
Due Date: | Jan 20, 2023 |
Solicitation No: | N0001922R0100 |
Source: | https://sam.gov/opp/6f2a4ff190... |
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: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 05, 2023 12:04 pm EST
- Original Response Date: Jan 20, 2023 05:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: 8(a) Sole Source (FAR 19.8)
- Product Service Code: 1510 - AIRCRAFT, FIXED WING
-
NAICS Code:
- 336411 - Aircraft Manufacturing
-
Place of Performance:
Nashua , NH 03060USA
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 notice of intent to award a sole source 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 contract action in support of F-35 Special Tooling and Test Equipment (STATE) to BAE Systems under a cost-plus-fixed-fee contract with an estimated period of performance of 24-months. The Contractor shall build, install and deliver Special Tooling and Special Test Equipment (ST/STE), as defined by FAR 2.101, and complete F-35 STATE unique software necessary to provide 156 shipsets per year plus required spares in support of the F-35 Joint Strike Fighter Electronic Warfare (EW) Suite for Block 4 EW capabilities.
BAE systems is the sole developer and manufacturer of the STATE required, and the advanced EW suite for the F-35. BAE alone has the requisite knowledge, experience, proprietary technical documentation, and technical expertise to furnish the required services. Accordingly, BAE is the only source able to fulfill the requirements specified herein. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency before the intended award date. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The Government shall not reimburse interested sources for any information provided. No requests for capability briefings will be honored. 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. Interested vendors must respond to this notice on or before January 20th 2023 at 5:00 pm Eastern Time by sending an email to Alexander.Mowatt@jsf.mil. NAICS Code: 334511
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. The data associated with the F-35 JPO 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
- Alexander Mowatt
- alexander.mowatt@jsf.mil
- Jonathan Krebs
- jonathan.krebs@jsf.mil
- Jan 05, 2023 12:04 pm ESTSources Sought (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.