Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2014 FBO #4596
SOURCES SOUGHT

41 -- Precision Strike System Component - Draft SOW

Notice Date
6/23/2014
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RWK, 101 W Eglin Blvd, Ste 337, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
8656-MA1
 
Archive Date
8/7/2014
 
Point of Contact
Marina Hobson, Phone: 8508820172, Shawn Beauchamp, Phone: 8508827389
 
E-Mail Address
marina.hobson@us.af.mil, Shawn.beauchamp@us.af.mil
(marina.hobson@us.af.mil, Shawn.beauchamp@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW 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. 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 Precision Strike system components, integration, test, training, and operations support for AC-130W, AC-130J, Harvest Hawk, and other Special Operations Forces platforms in accordance with the attached draft Statement of Work (SOW). Data required to execute this program is not releasable to foreign nationals and secret security clearance is required. This effort will include delivery of additional units of existing components, modifications to integrate new capability, adaptations of capability from one platform to another, spares, and support for test, training, and operations. The products must be certified for operations by the respective platform airworthiness authority and AF Non-Nuclear Munitions Safety Board, or other service equivalent depending on the platform operator. The Government will not fund development, qualification and flight test, first article certification, and other non-recurring cost to obtain safety, airworthiness, first article certification, and production start-up. Interested sources must submit substantiation of their ability to provide the capabilities listed below as non-development commodity purchases to support the Government's determination that a source is qualified. The substantiation may include previous deliveries of the capability on combat aircraft or test data and analysis that support safety and airworthiness certification of the capability on AC-130W, AC-130J, or Harvest Hawk aircraft. - Internal carriage and employment of munitions and other payloads from Common Launch Tubes (CLTs) through C-130 cargo doors and paratroop doors. - Mission operation pallets for integrated command, control, and effective employment of; Intelligence, surveillance, and reconnaissance (ISR) sensors, standoff precision guided munitions (internal and external carriage), and guns. The products to be delivered under this solicitation must be interoperable with products delivered by other contractors and Government organizations. Interested sources must include in their submission, a summary of their experience working with the following companies/organizations: - L-3 TCS: Executes aircraft mods and provides engineering support to the Government for airworthiness and safety certification. - Navy Surface Weapons Center Dahlgren Division: Provides guns and battle management hardware and software for gun fire control and munition employment. - ForceX: Provides mission software for command and control. - L3-Wescam: Provides sensors and engineering support for integration. - Lockheed Martin: Integrating contractor for the AC-130J - AVMI: Integrates precision strike components on Harvest Hawk aircraft. The proposed North American Industry Classification System (NAICS) code is 336413-Other Aircraft Parts & Auxiliary Equipment 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 60 months. The government will not reimburse participants for any expenses associated with their participation in this survey. 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 336413. Interested parties capable of performing the requirement should send their response to marina.hobson@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c431ca8d1882476f31baa4f985dbf554)
 
Record
SN03403646-W 20140625/140623235155-c431ca8d1882476f31baa4f985dbf554 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.