SOURCES SOUGHT
14 -- Standoff Precision Guided Munitions (SOPGMs), Support Equipment, and Engineering Support - Draft SOW - Technology & Integration Readiness Levels
- Notice Date
- 3/31/2014
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZJ - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA8656_MR_0001
- Archive Date
- 4/26/2014
- Point of Contact
- Ryan A. O'Connell, Phone: 8508820184, Jeanna Butler, Phone: 8508833672
- E-Mail Address
-
ryan.oconnell.3@us.af.mil, jeanna.butler.1@us.af.mil
(ryan.oconnell.3@us.af.mil, jeanna.butler.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Technology & Integration Readiness Levels Draft Statement of Work This is a Sources Sought Synopsis. There is no solicitation available at this time; requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of market research and is for information and planning purposes only. The Air Force Life Cycle Management Center, Rapid Acquisition Cell, Eglin AFB in support of USSOCOM Det 1, is seeking interested and qualified sources to provide powered Standoff Precision Guided Munitions (SOPGMs), support equipment, and engineering support in accordance with the attached draft Statement of Work (SOW) to support Overseas Contingency Operations (OCO) for combat employment on Special Operations Forces (SOF) platforms, including the AC-130W and AC-130J. The munition must be Technology & Integration Readiness Levels 9 and 5, respectively (reference attached chart). The munition must be compatible with carriage and employment from the Common Launch Tube (CLT) (CLT specifications are authorized for distribution to DOD and US DOD Contractors only; please request specs through POCs below), have Non-Nuclear Munition Safety Board approval for carriage and release from these platforms, have demonstrated reliability greater than 90% and accuracy less than three meters (supported by 100 or more employments from operationally relevant conditions), and include operator selectable point detonate and height of burst fuze. The munition or a variant that uses the same major components (guidance, propulsion, flight controls, fuze, and warhead) must be compatible with internal and external carriage, and forward firing from airborne and surface platforms. The Government will not fund development, flight test required to establish the munition reliability and accuracy, environmental qualification, non-recurring actions required to obtain safety certification, and production start-up. The proposed North American Industry Classification System (NAICS) code is 336414 - Guided Missile and Space Vehicle Manufacturing. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of government contracts. Only interested firms who believe they are capable of providing the supplies and services noted in the SOW and can meet these requirements are invited to respond to this notice. The Air Force Life Cycle Management Center, Rapid Acquisition Cell, Contracting Division (AFLCMC/PZJ) proposes to procure an indefinite quantity of the non-development items and services specified above over a period of 24 months. The government will not reimburse participants for any expenses associated with their participation in this survey. Business Information If after reviewing this information, you desire to respond to this pre-solicitation synopsis, you should provide documentation to substantiate your product meets the requirements specified in this sources sought. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. Sources shall include in their information: company's full name, cage code, Data Universal Numbering System (DUNS) number, a detailed capabilities statement asserting their capabilities in providing the products and services described in this notice, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, etc), and business size based on NAICS 336414. Interested parties capable of performing the requirement should send their response to ryan.oconnell.3@us.af.mil. Contracting Office Information AFLCMC/PZJ Rapid Acquisition Cell 205 W. D Ave, Bldg 350, Ste 419 Eglin AFB, Florida 32542 United States Primary Points of Contact: Ryan A. O'Connell Contract Specialist ryan.oconnell.3@us.af.mil Phone: 850-882-0184 Jeanna M. Butler, Capt USAF Contracting Officer jeanna.butler.1@us.af.mil Phone: 850-883-3672 Secondary Point of Contact: Elizabeth N. Romero, Capt USAF Contracting Officer elizabeth.romero.5@us.af.mil Phone: 850-883-3933
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d10f028486aff7c8018c08bdf4630672)
- Record
- SN03324065-W 20140402/140331234001-d10f028486aff7c8018c08bdf4630672 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |