Inactive
Notice ID:N00019-22-RFPREQ-JSF000-0686
The F-35 Joint Program Office (JPO) is contracting support for the Non-Recurring Engineering (NRE) analyses efforts required to execute Research Development, Test & Evaluation (RDT&E) and test executi...
The F-35 Joint Program Office (JPO) is contracting support for the Non-Recurring Engineering (NRE) analyses efforts required to execute Research Development, Test & Evaluation (RDT&E) and test execution to close out open system development and demonstration (SDD) capability requirements in support of F-35 Onboard Oxygen Generation System (OBOGS) and Landing Gear Change Requests (CR), stand-alone Modification, and Retrofits. Specific NRE efforts consist of incorporating final flight loads of the F-35 A/B/C Landing Gear Systems, redesign of the F-35B Nose Landing Gear Centering Cam, and the F-35C Nose Landing gear redesign for High Velocity Oxygen Fuel (HVOF). Additional NRE efforts include the upgrade flight test support of the On-Board Oxygen Generation System (OBOGS)-0006, the redesign tasks addressing significant aircraft deficiencies affecting flight restrictions and/or airworthiness concerns and the final analysis and reports supporting closeout of final JCS Durability and Damage Tolerance paragraphs. These Non-Recurring Engineering analyses efforts are 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 F-35 “Lightning II” Program Office intends to award this effort to Lockheed Martin Aeronautics Company, Fort Worth, TX. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals; however, any capability statements, proposals, or quotations received within thirty days after date of publication of this synopsis will be considered by the Government. Lockheed Martin Aeronautics Company is the sole designer, developer, manufacturer and integrator of the F-35 aircraft and the 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, responsible source that can fulfill the requirements specified herein. Subcontracting opportunities may be available and should be sought with Lockheed Martin through the primary point of contact (POC) - Craig Owens, 817-777-6504. There is no commitment by the Government 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 Government 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.