Search Contract Opportunities

F-35 Consulting Services: Synopsis

ID: N0001925R0046 • Type: Presolicitation

Description

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 pre-solicitation notice of intent to sole source a 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 solicit and negotiate with MATEC for consulting services to reduce program costs, specifically in the areas of proposal evaluation, cost analysis, price analysis, and negotiation support for multiple ongoing and related JPO contract negotiations. The period of performance for this effort is a one-year base period. The anticipated award date is in Q1 of Calendar Year 2025.

MATEC will support the Propulsion Production team by assisting with proposal evaluations and negotiation support for the production purchases of the F135 and supporting the greater Propulsion office. MATEC's support services are essential for ensuring that the procurement timelines of several ongoing and related efforts are maintained. MATEC is the only source with the requisite knowledge, experience, and expertise of the JPO necessary to support the finalization of the Propulsion lots 18-19 contract.

In accordance with FAR 5.207(c)(16), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. If any information provided is proprietary in nature, it should be appropriately marked as such by the submitting party. The Government will not reimburse interested sources for any information provided. Please note that capability briefings will not be provided upon request. Ultimately the decision to compete or not compete this proposed contract based on responses to this notice is solely at the discretion of the Government. Interested vendors must respond to this notice on or before February 11th, 2025, at 5:00 PM Eastern Time by sending an email to Ethan.Urey@jsf.mil.

NAICS Code: 541611

This notice is not a commitment by the Government to issue a solicitation, make an award (or awards), or be responsible for any cost incurred by interested parties prior to award of a contract for the effort described above. The data associated with the F-35 JPO is export controlled and is not available to foreign sources or representatives.

Overview

Response Deadline
Feb. 11, 2025, 5:00 p.m. EST Past Due
Posted
Jan. 27, 2025, 4:20 p.m. EST
Set Aside
None
Place of Performance
Arlington, VA 22202 United States
Source
SAM

Current SBA Size Standard
$24.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Sole Source
Odds of Award
34%
On 1/27/25 Naval Air Systems Command issued Presolicitation N0001925R0046 for F-35 Consulting Services: Synopsis due 2/11/25. The opportunity was issued full & open with NAICS 541611 and PSC B599.
Primary Contact
Name
Ethan Urey   Profile
Phone
None

Documents

Posted documents for Presolicitation N0001925R0046

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Presolicitation N0001925R0046

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0001925R0046

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0001925R0046

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
Feb. 26, 2025
Last Updated By
thomas.zehner@jsf.mil
Archive Date
Feb. 26, 2025