The RFP Database
New business relationships start here

F-35 Air Vehicle Cost and Pricing Support


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION
The F-35 Joint Program Office at Arlington, VA intends to procure, on a Sole Source basis, proposal evaluation, cost/price analysis, and negotiation support for F-35 JPO Production activities. This contract will be awarded to Mid Atlantic Technical and Executive Consulting (MATEC), a certified Small Business under NAICS 541611.

PROGRAM BACKGROUND
The F-35 Joint Program Office (JPO) is the Department of Defense's (DoD) focal point for defining affordable next generation strike aircraft weapon systems for the Navy, Air Force, Marines, and our allies. The F-35 is the next generation strike fighter bringing cutting-edge technologies to the battle-space of the future. The F-35s advanced airframe, autonomic logistics, avionics, propulsion systems, stealth, and firepower will ensure that the F-35 is the most affordable, lethal, supportable and survivable aircraft ever to be used by so many warfighters around the world.

MATEC currently provides cost and pricing support across multiple F-35 Production contract negotiations, including Lots 12-14 Air Vehicle, Ancillary Mission Equipment (AME)/Pilot Flight Equipment (PFE)/Red Gear (RG), Diminishing Manufacturing Sources (DMS) Management, and Initial Spares. The anticipated contract will continue this support until awards of Lots 12-14 are finalized. MATEC has the knowledge and experience necessary to provide the required services without disrupting programmatic and contracting schedules.

ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance includes a base period of twelve months (1 September 2019 through 31 August 2020) and one twelve-month option period (1 September 2020 through 31 August 2021).

ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be a Firm Fixed Price (FFP) contract. These services will be performed primarily at the Government facility in Arlington, Virginia.

REQUIREMENTS
The JPO intends to award a Sole Source contract, as defined in FAR 5.201(a), for proposal evaluation support, cost/price analysis support, and negotiation support for multiple F-35 production contract actions through September 2020 (with a one-year option period). The F-35 fleet includes three primary variants (F-35A, F-35B, and F-35C) supporting twelve customers. The scope of this effort will includes the following:

1.    Dedicated representatives to perform thorough, detailed, documented fact finds, including on-site support, with major subcontractors;

2.    Daily collaboration with F-35 contracts, cost personnel, and technical subject matter experts (SMEs);

3.    Collaboration with support agencies (DCMA/DCAA), from fact find, through negotiation, to award;

4.    Collecting, reviewing, and evaluating historical data across all major suppliers and with the prime;

5.    Understanding of operational context, production processes, and potential impacts to cost analysis beyond data analytics; and

6.    Support in development of pre-negotiation position for highly complex actions.

All responsible sources may submit a capability statement which shall be considered by JPO. The capability statement shall be submitted to the Contract Specialist, Chloe Williams (chloe.williams@jsf.mil) and include all of the following information:

1.    Company Name, Address, Cage Code, Point of Contact, and Email Address


2.    NAICS under which the company is a certified small business

3.    Estimated cost to complete the work described in this synopsis

4.    Qualifications to provide the required support described in this synopsis

5.    Transition time, if any, required to begin performance

Chloe Williams, Contract Specialist, Phone 7036029598, Email chloe.williams@jsf.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP