Search Contract Opportunities

FY2018 - 2019 Annualized Sustainment Contract

ID: N00019-17-R-0034 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 20, 2017, 8:23 a.m. EDT

INTRODUCTION
The Joint Strike Fighter Joint Program Office (AIR-2.6) at Arlington, VA
announces its intention to procure, on a Sole Source basis, the services
necessary to provide Annual Sustainment support services for the Naval Air
Systems Command (NAVAIR), JSF JPO (AIR-2.6). The services are currently
being performed by LM Aero of Fort Worth, TX under N00019-17-C-0045. The
existing contract is a Cost Plus Incentive Fee term type. This contract is
due to expire 28 February 2018.

THIS AMENDMENT IS TO CLARIFY THAT A SOURCES SOUGHT IS NOT BEING REQUESTED ON THE FY2018 - 2019 F-35 ANNUALIZED SUSTAINMENT CONTRACT. However, a sources sought may be requested on a future annualized sustainment pre-solicitation notice.

PROGRAM BACKGROUND
The Joint Strike Fighter Joint Program Office (JSF JPO) at Arlington, VA is
the program and contract agent for this JPO action. In accordance with these
assignments, JPO provides the following: design, development and systems
upgrade; system certification; technical support; pre-positioned technical
support; supply support; systems engineering; systems development support,
systems test and evaluations; software support; operational software
development and maintenance support; test support software development and
maintenance; production engineering support; overhaul and restoration
program support; program management support; and quality assurance and
system safety.

ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance includes a base period of twelve (12)
months and a single one (1) year option for a total performance period of
two (2) years. The anticipated start date is 01 March 2018.

ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be a Hybrid consisting of Cost Plus
Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Fixed Price Incentive Fee
(FPIF), Firm Fixed Price (FFP), and Cost with an estimated total Level of
Effort of approximately 11-Million man-hours over a period of two years.
These services shall be performed off-site at Naval Air Station Patuxent
River, MD, off-site at the contractor's facility at Fort Worth, TX, off-site
at various United States Service Bases, and at other locations specified in
the Performance Work Statement (PWS).

REQUIREMENTS
The Joint Strike Fighter (JSF) Joint Program Office (JPO) intends to award a
Sole Source contract, as defined in FAR 5.201(a). This Sole Source contract
will be awarded to Lockheed Martin Corporation, Lockheed Martin Aeronautics
Company (LM Aero), Fort Worth, TX, for non-recurring and recurring
sustainment support for all fielded F-35 aircraft for FY18-19. The material
and non-recurring sustainment activities include: Training Material and
Infrastructure, Initial Spares, Support Equipment, Autonomic Logistics
Information System (ALIS) Material and Infrastructure, Site Surveys and Site
Activation Activity, Depot Activation, Reliability, Maintainability and
Health Maturation, and the Structural Integrity Program. All recurring
sustainment support and PBL Operations for the United States Air Force
(USAF), United States Marine Corps (USMC), and United States Navy (USN),
non-U.S. Department of Defense (DoD) Participants and Foreign Military Sales
(FMS) customers, to include: Program Management, Sustainment Integration
Activities, Systems and Sustaining Engineering, Product Support Management,
ALIS Maintenance and Operations, Fleet Management, Security Management,
Joint Technical Data Management, Low Observable Management, Training and
Training Support, Training Systems Operations, Support Equipment Support,
Supply Support and Management Services, Industrial Operations, Warfighter
Support, Support of Customer Unique Requirements, Ferry of Aircraft,
Engineering Change Management, Support of the United States Reprogramming
Laboratory, and DMS/MS support. Sustainment support will apply to all
fielded aircraft and propulsion systems to include sustainment for
two-hundred and eighty-three (283) F-35A aircraft for the USAF through the
end of FY18, and three-hundred and forty-three (343) F-35A aircraft for the
USAF through the end of FY19, or for other such quantities as may be
authorized and appropriated by Congress. Sustainment for forty-six (46)
F-35C aircraft for the United States Navy (USN) through the end of FY18,
fifty-six (56) F-35C aircraft for the USN through the end of FY19, or for
other such quantities as may be authorized and appropriated by Congress.
Sustainment for ninety-nine (99) F-35B aircraft for the United States Marine
Corps (USMC) through the end of FY18, one-hundred and nineteen (119) F-35B
aircraft for the USMC through the end of FY19, or for other such quantities
as may be authorized and appropriated by Congress. Sustainment for
twenty-one (21) F-35B aircraft for the British Royal Navy (RN) through the
end of FY18, twenty-four (24) F-35B aircraft for the RN through the end of
FY19, or for other such quantities or variants as may be authorized by the
Ministry of Defense; Sustainment for sixteen (16) F-35A aircraft for the
Italian Air Force (IAF) through the end of FY18, eighteen (18) F-35A
aircraft for the IAF through the end of FY19, or for other such quantities
or variants as may be authorized by the Ministry of Defense. Sustainment for
eight (8) F-35B aircraft for the Italian Navy (IN) through the end of FY18,
eleven (11) F35B aircraft for the IN through the end of FY19, or for other
such quantities or variants as may be authorized by the Ministry of Defense.
Sustainment for thirty-three (33) F35A aircraft for the Royal Australian Air
Force (RAAF) through the end of FY18, forty-eight (48) F35A aircraft for the
RAAF through the end of FY19, or for other such quantities or variants as
may be authorized by the Department of Defense. Sustainment for zero (0)
F-35A aircraft for the Royal Danish Air Force (RDAF) through the end of
FY18, six (6) F-35A aircraft for the RDAF through the end of FY19, or for
other such quantities or variants as may be authorized by the Ministry of
Defense. Sustainment for eighteen (18)F-35A aircraft for the Royal
Netherlands Air Force (RNLAF) through the end of FY18, twenty-six (26) F-35A
aircraft for the RNLAF through the end of FY19, or other such quantities or
variants as may be authorized by the Ministry of Defense. Sustainment for
twenty-eight (28) F-35A aircraft for the Norwegian Air Force (NAF) through
the end of FY18, thirty-four (34) F-35A aircraft for the NAF through the end
of FY19, or other such quantities or variants as may be authorized by the
Ministry of Defense. Sustainment for fourteen (14) F-35A aircraft for the
Turkish Air Force (TAF) through the end of FY18, twenty-two (22) F-35A
aircraft for TAF through the end of FY19, or other such quantities or
variants as may be authorized by the Ministry of National Defense.
Sustainment for six (6) F-35A aircraft for the Republic of Korea (ROKAF)
through the end of FY18, sixteen (16) F-35A aircraft for the ROKAF through
the end of FY19, or other such quantities or variants as may be authorized
by the Ministry of Defense. Sustainment for ten (10) F-35A aircraft for
Japanese Air Self Defense Force (JASDF) through the end of FY18, sixteen
(16) F-35A aircraft for the JASDF through the end of FY19, or other such
quantities or variants as may be authorized by the Ministry of Defense.
Sustainment for fifteen (15) F-35A aircraft for the Israeli Air Force
(ISRAF) through the end of FY18, twenty-one (21) F-35A aircraft for the
ISRAF through the end of FY19, or other such quantities or variants as may
be authorized by the Ministry of Defense. Ordering line items to allow for
additional supplies and services for DMS procurements, Participant-directed
procurements of country-unique F-35 requirements, and government-furnished
equipment (GFE) maintenance and repair.

Labor categories anticipated to execute the contemplated services include:
Sr. Acquisition Logistics Manager, Acquisition Logistics Manager, Sr.
Operations Logistics Manager, Operations Logistics Manager, Sr. Logistics
Analyst, Logistics Analyst, Sr. Logistics Engineer, and Jr. Logistics
Engineer.

Cost of performance includes direct labor costs, overhead that has only
direct labor as its base, and the small business' General & Administrative
rate multiplied by the labor cost. The small business prime cannot utilize
the cost performance of other small businesses it utilizes as subcontractors
in calculating its performance to comply with FAR Clause 52.219-14. If the
prime is a joint venture, the cost of performance by both small business
concerns is utilized in calculating its performance to comply with FAR
52.219-14.

Since at least a portion of the resultant contract will be on a cost-type
basis, the successful awardees will also be required to have a Government
approved accounting system upon contract award.

Posted: March 27, 2017, 8:36 a.m. EDT

Overview

Response Deadline
April 28, 2017, 6:00 p.m. EDT Past Due
Posted
March 27, 2017, 8:36 a.m. EDT (updated: April 20, 2017, 8:23 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price; Cost Plus Fixed Fee; Fixed Price Award Fee; Cost Plus Incentive Fee;
Est. Level of Competition
Sole Source
On 3/27/17 Naval Air Systems Command issued Synopsis Solicitation N00019-17-R-0034 for FY2018 - 2019 Annualized Sustainment Contract due 4/28/17. The opportunity was issued full & open with NAICS 336411 and PSC 15.
Primary Contact
Title
Contract Specialist
Name
Roy Hyun Yim   Profile
Phone
(703) 699-0742

Secondary Contact

Title
Contracting Officer
Name
Rene Thompson   Profile
Phone
(703) 601-8080

Documents

Posted documents for Synopsis Solicitation N00019-17-R-0034

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation N00019-17-R-0034

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N00019-17-R-0034

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N00019-17-R-0034

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
May 13, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 13, 2017