Search Contract Opportunities

Maintenance Systems Operational Data Integrated Network (ODIN) Indefinite Delivery Indefinite Quantity Hardware (MOHW) Contract - Synopsis

ID: N0001922D0004_22JUL2024 • Type: Synopsis Solicitation • Match:  85%
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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Joint Strike Fighter Joint Program Office in Arlington, Virginia intends to solicit and negotiate a modification to the following contract on a Sole Source basis to Lockheed Martin Aeronautics Company (LM-Aero) for supplies/services necessary to provide support for the F-35.

The Maintenance Systems Operational Data Integrated Network (ODIN) Indefinite Delivery Indefinite Quantity Hardware (MOHW) Contract, N00019-22-D-0004, effort is for the production of the F-35 logistics information system which encompasses both the Autonomic Logistics Information System (ALIS) and ODIN and Mission Planning Environment (MPE) hardware and the associated administrative support necessary to field the F-35 ODIN, MPE, and components of any future ODIN and MPE retrofits for the F-35A, F-35B and F-35C aircraft. This includes, but is not limited to, contract management, planning and readiness reviews and associated non-recurring, introduction to service activities.

The anticipated period of performance includes an additional two year period for a total performance period of five (5) years.

The Program Office intends to award this effort to LM Aero, Fort Worth, Texas. As the sole designer, developer and manufacturer of the F-35 aircraft, LM Aero is the only source with the requisite knowledge, experience, technical expertise, proprietary technical documentation and software/algorithms required to furnish the supplies and services within the required timeframe. The authority permitting other than full and open competition is Title 10, U.S. Code 2304 (c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals; however, any capability statements, proposals, or quotations received in relation to any portion of the scope detailed in this synopsis will be considered by the United States Government (USG). All responses received within fifteen days after the date of publication of this synopsis will be considered by the USG. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Any parties interested in subcontracting will be referred to the LM Aero Supplier Diversity Manager. There is no commitment by the USG 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 USG 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.

Questions and responses regarding this notice should be addressed via e-mail to the contacts listed below at Adam.Townsley@jsf.mil or Holly.Thomas@jsf.mil.

Contracting Office Address:

200 12th St South

Suite 600

Arlington, VA 22202
United States

Primary Point of Contact:

Holly Thomas

Contract Specialist

Holly.Thomas@jsf.mil

Secondary Point of Contact:

Adam Townsley

Procurement Contracting Officer (PCO)

Adam.Townsley@jsf.mil

Overview

Response Deadline
Aug. 6, 2024, 11:59 p.m. EDT Past Due
Posted
July 22, 2024, 9:40 a.m. EDT
Set Aside
None
Place of Performance
Arlington, VA 22202 United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Sole Source
Est. Value Range
Experimental
$500,000,000 - $1,500,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 7/22/24 Naval Air Systems Command issued Synopsis Solicitation N0001922D0004_22JUL2024 for Maintenance Systems Operational Data Integrated Network (ODIN) Indefinite Delivery Indefinite Quantity Hardware (MOHW) Contract - Synopsis due 8/6/24. The opportunity was issued full & open with NAICS 336411 and PSC 1510.
Primary Contact
Name
Holly Thomas   Profile
Phone
None

Secondary Contact

Name
Adam Townsley   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation N0001922D0004_22JUL2024

Question & Answer

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

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N0001922D0004_22JUL2024

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0001922D0004_22JUL2024

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0001922D0004_22JUL2024

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
Aug. 21, 2024
Last Updated By
holly.thomas.2@us.af.mil
Archive Date
Aug. 21, 2024