Connecticut Bids > Bid Detail

F-35 Propulsion Systems

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159233709404920
Posted Date: Nov 10, 2022
Due Date: Nov 25, 2022
Solicitation No: N00019-23-R-0652
Source: https://sam.gov/opp/1d905a7941...
Follow
F-35 Propulsion Systems
Active
Contract Opportunity
Notice ID
N00019-23-R-0652
Related Notice
N00019-19-R-0061
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 10, 2022 08:50 am EST
  • Original Response Date: Nov 25, 2022 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1510 - AIRCRAFT, FIXED WING
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    East Hartford , CT 06118-1873
    USA
Description

The F-35 Lightning II Joint Program Office (JPO) intends to solicit and negotiate multiple contract actions with Pratt & Whitney Military Engines, East Hartford, CT for Lightning II Lots 18-19 F135 Propulsion System requirements. Beginning with long lead-time materials, the proposed contract actions will provide for a target of seventy-four (74) F-35A variant propulsion systems, twenty-six (26) F-35B variant propulsion systems, and nineteen (19) F-35C variant propulsion systems in lot 18; target ninety-eight (98) F-35A variant propulsion systems, twenty-six (26) F-35B variant propulsion systems, and nineteen (19) F-35C variant propulsion systems in lot 19 (or such other quantities as may be authorized and appropriated by Congress or authorized by the respective Ministries of Defense or Foreign Military Sales (FMS) customers). These lots include associated support equipment, support of propulsion system contractor manufacturing operations; production non-recurring (PNR) activities to support the JSF Propulsion System production ramp rate to include special tooling, special test equipment, production aids, and production equipment; initial spare engines, modules and parts; and technical, financial, administrative data; and proposal preparation. Contract actions will also provide for associated sustainment support including additional supplies and services for diminishing manufacturing sources (DMS) procurements, retrofit efforts required to update propulsion systems to newer configurations, Engineering Change Proposals (ECPs), and government furnished equipment (GFE) maintenance. The proposed contract actions are for suppliers or services for which the Government intends to solicit and negotiate with Pratt & Whitney, Military Engines under authority of FAR 6.302-1. The notice of intent is not a request for competitive proposals. However, an interested party may submit a capability statement for the Government’s evaluation in determining whether to initiate a competitive procurement. All responses received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete these proposed contract actions based upon responses to this notice is solely within the discretion of the Government. Any parties interested in subcontracting will be referred to the Pratt & Whitney Supplier Diversity Manager, Mr. Francisco F. Vasquez, at Francisco.Vasquez@prattwhitney.com for submittal of supplier's electronic brochures and capability. Questions and responses regarding this notice should be addressed to Ethan Urey via e-mail at ethan.urey@jsf.mil. The anticipated contract award is currently estimated in Q3 of CY24.



Contracting Office Address:



200 12th St South



Suite 600



Arlington, VA 22202

United States





Place of Performance:



East Hartford, Connecticut 06118-1873

United States





Primary Point of Contact:



Ethan Urey



Contract Specialist



ethan.urey@jsf.mil





Secondary Point of Contact:



John Kail



Contracting Officer



john.kail@jsf.mil


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >