SOURCES SOUGHT
99 -- SENTINEL MISSILE ELECTROMAGNETIC PULSE (EMP) TEST STAND
- Notice Date
- 3/17/2023 10:32:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA8204 AFNWC PZBA HILL AFB UT 84056-5837 USA
- ZIP Code
- 84056-5837
- Solicitation Number
- FA8219-23-R-TSSSS
- Response Due
- 4/14/2023 3:00:00 PM
- Point of Contact
- Andrea Bean, Phone: 8017756737
- E-Mail Address
-
andrea.bean.1@us.af.mil
(andrea.bean.1@us.af.mil)
- Description
- THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential sources and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The Air Force Nuclear Weapons Center located at Hill Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the SENTINEL MISSILE ELECTROMAGNETIC PULSE (EMP) TEST STAND. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Presolicitation Conference. The government does not have the associated technical data to provide to potential sources. SCOPE: The contractor shall provide a test stand for a High-Fidelity Ground Test Sentinel missile capable of holding the missile in a vertical configuration. The test stand shall lift the base of the missile at least 2 meters off the ground; shall be made of material that is non-conductive and non-intrusive, such that the stand is largely dielectric; shall be universal to allow it to hold multiple cradles depending on the test article; test stand should be mobile and modular to include the ability to adjust it to multiple orientations and still allow accessibility to test article access panels. The test stand shall meet the above requirements for any test article within the dimension ranges shown in the attached Table 1. For more information or clarification regarding the requirements or dimension information, contact Capt Alexander Spring at alexander.spring@us.af.mil. The proposed North American Industry Classification Systems (NAICS) Code is 541519, which has a corresponding Size Standard of $34.0M. Another possible NAICS code is 334513 with a Size Standard of 750 employees. Another possible NAICS code is 334519, which has a corresponding Size Standard of 600 employees. The Government welcomes any comments or suggestions on the appropriate NAICS code for this acquisition. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS codes above (541519, 334513, 334519, and any other suggested NAICS codes). Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish the scope of this effort. The government requests that interested parties respond to this notice in writing including details of your ability to fulfill the existing requirement (Please be specific rather than simply providing a generic capabilities statement). Please e-mail your response advising if the requirements stated above can be met to the following address: andrea.bean.1@us.af.mil. This SSS is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Submit the following information also: - Company Name and Address - Cage Code - DUNs Number - Company business size by NAIC code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, and email address - Web Page URL - Teaming Partners (if applicable) Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through beta.sam.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28cd1c075c2d4d358169aeadeea480df/view)
- Record
- SN06622912-F 20230319/230317230115 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |