SOURCES SOUGHT
10 -- 500lb Class Precision Guided Munition (PGM)
- Notice Date
- 4/30/2018
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA8681-18-F-1201
- Archive Date
- 6/14/2018
- Point of Contact
- Maurice Meadows, Phone: 8508834313, Leslie Bax, Phone: 8508833730
- E-Mail Address
-
maurice.meadows@us.af.mil, leslie.bax@us.af.mil
(maurice.meadows@us.af.mil, leslie.bax@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYPNOSIS for 500lb Class Precision Guided Munition (PGM) This notice serves as a sources sought synopsis for a non-developmental weapon with a moving target capability that will be employed on multiple platforms but primarily on the F-35 aircraft. This sources sought is a market research tool to gain knowledge of potential vendors and viable systems that could meet the Government's requirement and will be used for acquisition planning purposes. This is not a request for proposal and shall not be interpreted as a commitment by the Government. Participation is strictly voluntary; the Government will not reimburse any costs associated with providing information in response to this sources sought. No foreign participation is allowed for this acquisition. This acquisition will use the Special Defense Acquisition Fund (SDAF), which is a revolving fund that is used by the Secretary of Defense, in consultation with the Secretary of State, to finance the procurement of defense articles and defense services in anticipation of their future transfer under the Arms Export Control Act (AECA), the Foreign Assistance Act of 1961, as amended, or as otherwise authorized by law to foreign governments and international organizations. The fund allows the U.S. Government to procure high demand, long-lead time defense equipment in anticipation of future sales to be conducted on a government to government basis through the FMS Program. These acquisitions result in accelerated deliveries once FMS agreements are signed. The availability of SDAF assets reduces pressure on the Department of Defense (DoD) to meet urgent requirements through withdrawals from U.S. inventories or through diversions from production. The Defense Security Cooperation Agency (DSCA) approved the use of SDAF funds by the Direct Attack Division (AFLCMC/EBD) to procure GBU-49 assets for Foreign Military Sales (FMS) customers who have Letters of Offer and Acceptance (LOA) and Letters of Request (LOR) for GBU-49 munitions. This action is intended to award approximately 1,400 to 1,600 GBU-49 munitions in the 4th quarter of FY18. The LOAs and LORs received include written direction that requires, or has the effect of requiring, sole source procurement of GBU-49 munitions from Raytheon Missile Systems. Accordingly, the SDAF funds have been specifically earmarked for GBU-49 munitions and storage. This sources sought is being posted to conduct market research and provide due diligence in confirming that there are no other sources capable of meeting this requirement. This requirement is not a Research and Development effort; therefore, interested vendors must have a mature existing design already in production that meets the below requirements. Requirements: The requirement calls for a 500lb class Precision Guided Munition (PGM) with moving and maneuvering target capability that is mechanically, electrically, and logically compatible with F-35 Block 3F aircraft Operational Flight Program (OFP). This munition must consistently impact moving targets traveling along a constant heading with a uniform velocity up to 70 mph and maneuvering targets performing ±0.2 g maneuvers with velocities up to 40 mph. Potential offerors who have existing weapons with the capability to meet the performance and schedule requirements outlined above are invited to submit a Statement of Capability (SOC). The SOC shall be limited to 5 pages (not including graphics/tabular data) and shall summarize the overall capabilities of the weapon being considered given the criteria above. The SOC shall also identify the contractor's capabilities to provide fielding and sustainment support for the weapon system. The small business size standard associated with NAICS 332993 (Ammunition, except Small Arms, Manufacturing) is 1500 employees. Respondents shall identify their size in relation to this size standard and indicate their socioeconomic status (i.e. Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business). No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. An Ombudsman has been appointed to address the concerns from potential vendors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates vendor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is, Ms. Jill Willingham-Allen, AFLCMC/AQP, Wright-Patterson AFB, OH, 45433. She may be contacted via email at jill.willinghamallen.1@us.af.mil or phone number (312) 785-5472. Collect Calls will not be accepted. Responses are due no later than 3:00 pm Central Daylight Time (CDT) 30 days after the posting date. Points of Contact for this effort are Mr. Maurice Meadows, Contract Specialist, (850) 883-4313, email: maurice.meadows@us.af.mil or Mrs. Leslie C. Bax, Contracting Officer, (850) 883-3730, email: leslie.bax@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fefebf2c9fbbc8caa21ff7caffa97a10)
- Record
- SN04904721-W 20180502/180430230650-fefebf2c9fbbc8caa21ff7caffa97a10 (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 |