PERL Integration

expired opportunity(Expired)
From: Federal Government(Federal)
N0001923R0010

Basic Details

started - 27 Feb, 2023 (14 months ago)

Start Date

27 Feb, 2023 (14 months ago)
due - 15 Mar, 2023 (13 months ago)

Due Date

15 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
N0001923R0010

Identifier

N0001923R0010
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE NAVY (157028)NAVAIR (14283)NAVAIR HQS (3701)NAVAL AIR SYSTEMS COMMAND (3304)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 sole-source contract in support of Participant Electronic Warfare Reprogramming Laboratory (PERL) Integration to Lockheed Martin (LM) Aero under a cost-plus-fixed-fee contract with a period of performance of five years. PERL Integration will involve vital Verification and Validation (V&V) hardware that will be utilized in analysis
and testing of Mission Data Files (MDF). Currently there is no active operational capability for Foreign Military Sales (FMS) customers to independently produce MDFs. Due to increasing MDF demand, the F-35 Joint Program Office will begin utilizing equipment originating from the Reprogramming Center (RC) West laboratory to stand-up a new lab to provide Hardware In-The-Loop (HITL) capacity for the F-35 Reprogramming Enterprise. This integration phase is the 3rd phase of PERL stand-up located at the Lockheed Martin, Fort Worth Texas Air Force Plant 4. The Air Force Plant 4 laboratory equipment will be used for design, development, equipment repair, modification, and procurements that need to be initiated. The period covered by this effort includes the completion of three phases of acquisition activity defined as: 1.) Assess and Repair of reprogramming hardware previously procured by F-35 FMS customers under separate, complete procurements. 2.) Design, integrate, and deliver a PERL reprogramming test line with a full V&V capability. 3.) PERL sustainment support services.LM Aero is the initial designer, developer, and manufacturer of the Foreign Reprogramming Laboratory (FRL), Partner Support Complex (PSC), and RC West labs, which provides MDF V&V testing. LM Aero is the only source with the requisite knowledge, experience, and technical expertise, to properly stand-up this effort. LM Aero is also the only source with the necessary access to the technical data, facilities, and capabilities, required to provide the Program with the requirements described in the Statement of Work (SOW). LM Aero was selected as the sole source provider of the Reprogramming Labs (RL), due to the technical knowledge and access they possess through their development of the F-35. Therefore, LM Aero is the only source with the prerequisite expertise of both the F-35 Reprogramming Lab systems and their operation. Additionally, they can provide the innovation, functionality, and operability, in a demonstration configuration, as well as execute the testing support needed to meet the requirement within the delivery schedule.All responsible and capable sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency before the intended award date; however, the Government shall not reimburse those who choose to do so, for any information provided. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. 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 March 15th at 4:30 pm Eastern Time by sending an email to Kieran.Farrell@jsf.mil.

Fort Worth ,
 TX  76108  USALocation

Place Of Performance : N/A

Country : United StatesState : TexasCity : Fort Worth

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode AC15NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP