Turkey Tooling Repatriation
ID: N00019-22-RFPREQ-JSF000-0675Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL FREIGHT (V115)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, is conducting a Request for Information (RFI) for the shipping and return of F-35 Special Tooling (ST) and Special Test Equipment (STE) currently located in Turkey. The objective is to gather market insights regarding the disassembly, packaging, transportation, and storage of Government property, ensuring compliance with U.S. and international shipping standards. This initiative is critical for the preservation and future utilization of F-35 assets, and interested companies are encouraged to provide their capabilities, lead time for contract performance, and capacity for direct delivery, including adherence to ITAR regulations. Responses are voluntary and should be directed to Farida Eady at farida.eady2@jsf.mil or Grant Seward at grant.seward@jsf.mil, with no binding offers expected from this RFI.

    Point(s) of Contact
    Files
    Title
    Posted
    The F-35 Joint Program Office (JPO) in Arlington, VA, has issued a Request for Information (RFI) regarding the shipping and return of Special Tooling (ST) and Special Test Equipment (STE) located in Turkey. This RFI seeks to gather market insights, not solicit proposals or quotes. The contractor will be responsible for the disassembly, packaging, transport, and storage of Government property, complying with U.S. and international shipping standards. Essential tasks include proper preservation, inventory, and potential collaboration with Government entities and other contractors. Interested companies are asked to provide their details, outline their value and capabilities, specify the necessary lead time before contract performance, and address their capacity for direct delivery, including compliance with ITAR regulations. The document emphasizes that participation is voluntary, and responses will not be considered binding offers.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    AE89260Z Tool Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to solicit and award a fixed-price purchase order for the AE89260Z Tool Assembly, with a quantity of 234 units, in support of the F-35 Joint Strike Fighter Program. This procurement will be conducted on a limited competition basis, specifically between Eaton Aeroquip LLC and their authorized distributors, utilizing FAR Part 12 and FAR Part 13 procedures. The tool assembly is critical for the operational readiness and maintenance of the F-35 aircraft, underscoring its importance to national defense capabilities. Interested parties should note that no solicitation package will be available, and responses must be submitted within fifteen days of this notice to be considered; for further inquiries, contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or call 240-577-5754.
    F-35 Joint Program Office Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking qualified contractors to provide Security Knowledge Based Services to support the F-35 Lightning II program. The objective is to ensure comprehensive security support across various disciplines, including General Security, Industrial Security, Information Security, Personnel Security, and Physical Security, to protect sensitive technology and manage classified information throughout the F-35 acquisition and sustainment lifecycle. This opportunity is critical for maintaining the operational integrity and security standards of the F-35 program, with a planned Indefinite Delivery/Indefinite Quantity (IDIQ) contract spanning five years and multiple task orders anticipated. Interested parties should review the draft Performance Work Statement (PWS) attached to the Request for Information (RFI) and submit their feedback by the specified deadline to Carla McCoy at carla.mccoy@jsf.mil or Benjamin Sherrill at benjamin.sherrill@jsf.mil.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
    TF33 STATORS (VANES & SHROUDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide TF33 stators (vanes and shrouds) for military aircraft engines, under Solicitation FA812124R0031. The procurement involves a firm-fixed-price request for proposal (RFP) for commercial items, with a focus on ensuring that the components meet stringent military specifications and quality standards. These stators are critical for maintaining the operational readiness of the Air Force fleet, reflecting the ongoing need for specialized military parts. Interested contractors must submit their quotes by October 23, 2024, and are encouraged to contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.
    Engineering Support Services for F-35 Aircraft Store Compatibility (ASC) Engineering Capability
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting a market survey to identify sources capable of providing engineering support services for maintaining F-35 Aircraft Store Compatibility (ASC) engineering capability. The objective of this procurement is to sustain and enhance the organic ASC capability within the Air Force SEEK EAGLE Office (AFSEO), which is critical for testing and analyzing new aircraft/store configurations for the F-35A aircraft. Interested parties are encouraged to submit capabilities statements detailing their expertise in various engineering disciplines, including Physical Fit and Function, Aircraft and Store Loads, and Flutter and Dynamics, among others. For further inquiries, potential respondents can contact Heather Stiles at heather.stiles@us.af.mil.
    81--SHIPPING AND STORAG
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 242 specialized shipping and storage containers, identified by NSN 6K-8145-011820395-GF. The procurement is critical as the item is flight critical, and only sources previously approved by the Government will be considered for this contract, which requires Government source approval prior to award. Interested parties must submit their proposals along with the necessary documentation for source approval, as offers lacking required data will not be considered. For further inquiries, Patrick Horan can be contacted at (215) 697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    REQUEST FOR INFORMATION: Gas Turbine Power Producer Group
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is issuing a Request for Information (RFI) regarding the overhaul and repair services for the ETF40B Power Producing Group (PPG). The government intends to procure these services on a sole source basis from Vericor Power Systems LLC, and is seeking information from all interested sources to inform its procurement strategy. This RFI serves as market research and does not constitute a Request for Proposal; therefore, the government will not accept unsolicited proposals or compensate respondents for their submissions. Interested parties must submit their capability statements electronically by 4:30 PM on October 24, 2024, to Contract Specialist Joseph O'Donnell at joseph.j.odonnell@navy.mil, ensuring that all responses comply with the specified format and requirements.
    F-35 JPO Foreign Liaison Office Information Technology and Cyber Security Support Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking information from qualified 8(a) businesses to provide Information Technology (IT) and Cyber Security (CS) support for the F-35 Joint Program Office (JPO) Foreign Liaison Office. The objective of this Request for Information (RFI) is to gather insights and feedback on the capabilities of potential contractors to enhance IT infrastructure and cybersecurity measures across up to fifty Foreign Liaison Offices globally. This initiative is crucial for ensuring compliance with Department of Defense standards and protecting Controlled Unclassified Information (CUI) within the F-35 program. Interested parties must submit their responses by 5:00 PM EST on November 8, 2024, and can direct inquiries to Sanjana Garg or John Meyers via their respective emails.
    Re-palletization and shipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the re-palletization and shipment of assets currently located at Raytheon Technologies (RTX). The primary objective of this procurement is to facilitate the repair of pallets at RTX and their subsequent shipment to a predetermined location, with the requirement that all proposals demonstrate access to the secure RTX facility. This contract is significant as it involves the handling of guided missile components, and the selected contractor will be awarded a sole source Firm Fixed Price contract, with the shipment expected to occur on or before April 1, 2025. Interested parties should contact Jesse Whinham at jesse.whinham@us.af.mil or call 801-775-3237 for further details and to request specific performance indicators (SPIs) necessary for proposal submission.
    F/A-18E/F AND EA-18G PRODUCTION LINE SHUTDOWN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to procure production line shutdown services for the F/A-18E/F and EA-18G aircraft from The Boeing Company and its subcontractors. The procurement involves the disposition, packaging, and shipment of Government-Furnished Property, Support Equipment, Special Tooling, and Special Test Equipment currently held by Boeing and its suppliers, with a performance period anticipated to last 38 months. This initiative is critical as it ensures the proper management and storage of approximately 18,830 items of Government property, leveraging Boeing's unique access to the necessary technical data and records. Interested parties may submit a Statement of Capability and Qualifications to the primary contact, Meya Musso, at yakedra.musso@navy.mil, within 15 days of this announcement, as the procurement is being pursued on a sole source basis.