Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
MODIFICATION

10 -- Hypersonic Weapon Multiple Award Contract (MAC)

Notice Date
9/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin (Legacy), 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA8682-19-R-0004
 
Archive Date
10/16/2018
 
Point of Contact
Lanie C. Bolin, Phone: 8508831444
 
E-Mail Address
lanie.bolin@us.af.mil
(lanie.bolin@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, is currently conducting market research on hypersonic weapon rapid development, production, and sustainment. AFLCMC/EB is considering the viability of a multiple award Indefinite Delivery Indefinite Quantity contract vehicle. Qualified vendors must be skilled in design, qualification, and component/subsystem/system weapons testing. Qualified vendors must also be capable in all the following fields: hypersonic aerodynamics; aero-thermal protection systems; propulsion systems; advanced hypersonic guidance, navigation, and control; component integration into an all-up round; mission planning; and platform integration. All interested vendors shall submit a response demonstrating their capability related to the above 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. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government 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 using other than full and open competition. The NAICS Code assigned to this acquisition is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Respondents should indicate their size in relation to this size standard and indicate socio-economic status (e.g., SB, 8(a), HUBZone, EDWOSB, WOSB, SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet all aspects of hypersonic weapon development and production. Responses may be submitted electronically to the following e-mail address: lanie.bolin@us.af.mil. All correspondence sent via email shall contain a subject line that includes the Solicitation Number. 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,.xlsx, or.xls documents are attached to your email. Other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No appointments for presentations will be made in reference to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractor employees have signed nondisclosure agreements to protect proprietary information. Any vendor requiring a company-to-company nondisclosure agreement should contact the PCO prior to submitting a capability statement. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 01 October 2018. All questions concerning this requirement need to be submitted in writing to the PCO, Lanie C. Bolin, at lanie.bolin@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8682-19-R-0004/listing.html)
 
Record
SN05074233-W 20180907/180905231716-f34894ddbe8503255d80857d1e14d67e (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.