Search Contract Opportunities

FY2020 - 2024 Annualized Sustainment Contract

ID: N00019-17-R-0119 • Type: Presolicitation

Description

INTRODUCTION
The Joint Strike Fighter Joint Program Office at Arlington, VA intends to procure, on a Sole Source basis, the services necessary to provide Annual Sustainment support for the F-35 JPO. The services are currently being performed by LM Aero of Fort Worth, TX under Cost Plus Incentive Fee (CPIF) Term Contract N00019-17-C-0045.
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 four (4) one-year option periods for a total performance period of five (5) years. The anticipated start date is 01 March 2020.
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 over a period of five years. These services shall be performed primarily at various United States Service Bases, off-site at the contractor's facility at Fort Worth, TX, and other locations.
REQUIREMENTS
The Joint Strike Fighter (JSF) Joint Program Office (JPO) intends to award a Sole Source contract, as defined in FAR 5.201(a) and in accordance with Class J&A. All responsible sources may submit a capability statement which shall be considered by JPO. 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 FY20-24. The material and non-recurring sustainment activities include: Training Material and Infrastructure, Support Equipment, Autonomic Logistics Information System (ALIS) Material and Infrastructure, Site Readiness Reviews and Site Activation Activity, On-Site Personnel and Infrastructure Stand-up, and Aircraft Structural Integrity Program Studies.
Recurring sustainment support and Performance Based Logistics (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, Sustaining Engineering Support, Configuration Management, Product Support Management, Software Sustainment, ALIS Maintenance and Operations, Fleet Management, Security Management, Joint Technical Data Management and upkeep, Low Observable Management, Training and Training Support, Training Systems Operations, Support Equipment Support, Supply Support and Management Services, Industrial Operations, Reliability and Maintainability Improvements, Performance Monitoring/Trending, Cost Reporting, OPerations and Support Cost Reduction Initiatives, Government Furnished Property Management, Warfighter Support, Support of Partner/Customer Unique Requirements, Ferry of Aircraft, Engineering Change Management, Support of Joint Reprogramming Enterprise (JRE), and Diminishing Manufacturing Sources and Material Shortages (DMSMS).
The F-35 fleet includes three primary variants (F-35A, F-35B & F-35C) supporting thirteen customers (USAF, USN, USMC, United Kingdom, Italy, Norway, Netherlands, Turkey, Australia, Denmark, Israel, Japan, and Korea. Sustainment support includes supporting numerous locations within the Continental United States, within each identified country and shipboard operations supporting the USN, United Kingdom and Italy.
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.

Overview

Response Deadline
Oct. 16, 2017, 1:00 p.m. EDT Past Due
Posted
Sept. 14, 2017, 6:55 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Cost Plus Fixed Fee; Cost Plus Incentive Fee; Fixed Price Award Fee; Fixed Price;
Est. Level of Competition
Sole Source
Odds of Award
34%
On 9/14/17 Naval Air Systems Command issued Presolicitation N00019-17-R-0119 for FY2020 - 2024 Annualized Sustainment Contract due 10/16/17. The opportunity was issued full & open with NAICS 336411 and PSC 15.
Primary Contact
Title
Contract Specialist
Name
Chloe Williams   Profile
Phone
(703) 602-9598

Secondary Contact

Title
Contracting Officer
Name
Rene Thompson   Profile
Phone
(703) 602-8080

Documents

Posted documents for Presolicitation N00019-17-R-0119

Contract Awards

Prime contracts awarded through Presolicitation N00019-17-R-0119

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00019-17-R-0119

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00019-17-R-0119

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
Oct. 31, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 31, 2017