SOLICITATION NOTICE
13 -- Life Cycle Technical Support IDIQ for Small Diameter Bomb II
- Notice Date
- 8/28/2018
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA8672-19-D-0001
- Archive Date
- 9/27/2018
- Point of Contact
- Keith D. Wilson, Phone: 8508832917, Cynthia C. Smith, Phone: 8508832542
- E-Mail Address
-
keith.wilson.10@us.af.mil, cynthia.smith.19@us.af.mil
(keith.wilson.10@us.af.mil, cynthia.smith.19@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Miniature Munitions Division (EBM), Small Diameter Bomb II Program Office (EBMK) intends to solicit and award a five (5) year Indefinite-Delivery, Indefinite-Quantity (IDIQ) sole source contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 U.S.C. 2304(c)(1)), to Raytheon Missile Systems (RMS), 1151 E Hermans Rd, Tucson, AZ 85756-9367. The Miniature Munitions Division requires lifecycle support of the Small Diameter Bomb (SDB) II weapon system. This lifecycle support includes, but is not limited to, all efforts related to the SDB II and variants in support efforts for the Engineering and Manufacturing Development (EMD) integration, production, sustainment, testing, obsolescence analysis and management, logistics support, testing, training, upgrades, and software updates. Additionally, studies and analysis related to current and future expansion of system performance, simulations, modeling, test hardware, technical support, aircraft integration activities, procurement of all associated test hardware to support the activities and repair of non-warranted assets will be procured using this contract vehicle. Technical support for the SDB II system provides for engineering, management fielding and logistical tasks required to ensure technical baselines remain current and effective and that future growth requirements remain feasible. Contract types may include firm fixed price, fixed price incentive firm, cost reimbursement, cost plus fixed fee, and/or cost plus incentive fee. RMS is the current SDB II prime contractor and has sole responsibility for performance and warranty of the SDB II weapon system. To perform this effort, a contractor must have a detailed knowledge of the SDB II weapon system, including all of its subcomponents, and be familiar with the system modes of operations to meet performance specifications. The Government does not own/possess a Technical Data Package for the SDB II weapon system nor will the Government provide one to complete this effort. RMS is the only known existing source of the technical expertise to support this requirement. Any interested vendors shall submit a response demonstrating their capability to provide these items/perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. 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 subcontracting opportunities. The NAICS Code assigned to this acquisition is 332993, Ammunition (Except Small Arms) Manufacturing, with a small business size standard of 1500 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. 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. Any information submitted by respondents to this synopsis is voluntary. This notice is not to be construed as a commitment by the Government. The Government will not reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. The Air Force Life Cycle Management Center has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will 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 a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather the Contracting Officer identified. For any other concerns, interested parties may contact the following Air Force Life Cycle Management (AFLCMC) Ombudsman: Col. Kenneth L. Decker, Jr. (Primary) and Ms. Jill Willingham-Allen (Alternate), AFLCMC/AQP, 1790 10th Street, Bldg. 572, Rm 209B, Wright-Patterson AFB, OH 45433-7630, (937) 255-5472, Kenneth.decker.1@us.af.mil and jill.willinghamallen.1@us.af.mil. Responses may be submitted electronically to the following point of contact: Keith Wilson, Contracting Officer Specialist, (850) 883-2917; e-mail keith.wilson.10@us.af.mil or Cynthia Smith, Lead Contracting Officer at AFLCMC/EBMK, 102 West D. Avenue, Bldg 11, Eglin AFB, FL 32542-5495 at (850) 883-2542; e-mail cynthia.smith.19@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8672-19-D-0001, SDBII IDIQ 3". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d52a1c69aece5a51e00ec40a645ec058)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center (AFLCMC), Miniature Munitions Division (EBM), Eglin AFB, FL 32542, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN05059921-W 20180830/180828231414-d52a1c69aece5a51e00ec40a645ec058 (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 |