Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
SOURCES SOUGHT

99 -- Missile Transporter Acquisition Procurement (MTAP)

Notice Date
1/26/2024 10:41:52 AM
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
 
ZIP Code
84056-5837
 
Solicitation Number
MTAP_2024_RFI
 
Response Due
2/26/2024 3:00:00 PM
 
Archive Date
03/12/2024
 
Point of Contact
Dan Scheer, Phone: 801-809-6606
 
E-Mail Address
dan.scheer@us.af.mil
(dan.scheer@us.af.mil)
 
Description
REQUEST FOR INFORMATION (RFI) REGARDING THE MISSILE TRANSPORTER (MT) AGENCY/ORGANIZATION: Department of the Air Force, Air Force Materiel Command, AFNWC/NMAB WEAPON SYSTEM: Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM) PROGRAM: Missile Transporter Acquisition Procurement (MTAP) BACKGROUND: The Air Force�s (AF) fleet of MTs must support the MMIII LGM30G ICBM until the end of its operational life. However, the existing challenge of parts obsolescence poses a significant obstacle to providing seamless support. Additionally, a scarcity of spare parts, some entirely unobtainable, coupled with substantial engineering updates required by the TDP, further complicates the situation. Given these considerations, the AF aims to address identified obsolescence, update the TDP, and ultimately execute a comprehensive fleet-wide MT replacement. Current information shows that a fleet-wide replacement will require the procurement of 2 MT Tractors and 2 MT Trailers during the EMD phase. During Production, the AF expects to procure 8 MT Tractors and 13 MT Trailers.[***] Consequently, the AF seeks to obtain information from industry counterparts to understand if required work can be performed in a timely, cost-effective manner, and whether the assets are reasonably obtainable. Therefore, the purpose of this RFI is two-fold: Conduct market research to determine if responsible sources exist and elicit industry-specific feedback to the RFI Question set. The proposed North American Industry Classification Systems (NAICS) code is 333924.� If an alternate NAICS code is recommended, please provide it in your response.� The AF will use this information to determine the best acquisition strategy for this procurement.� The AF is interested in all businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.� The AF requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code (see the Section labeled �Responses� for response requirements).� Please provide information regarding any anticipated teaming arrangements.� 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. � � � �2. Obtain information about strategy, schedule, cost, and other aspects of this potential procurement from the perspectives of� development and implementation. [***]Taking into account both EMD and Production phases, the Air Force must procure a total of 10 MT Tractors and 15 MT Trailers in order to meet projected requirements. DESCRIPTION Tractor: The MT Truck Tractor is used to tow the MT Semi-trailer in the road transport of a payload consisting of a Minuteman LGM30G Booster in the roll transfer configuration. The MT Tractor positions the MT Semi-trailer in preparation for roll transfer of the payload. Trailer: In roll transfer mode, the MT Semi-trailer is operated while mated to the Missile Storage Bunker, the Roll Transfer Facility, the Missile Assembly Maintenance Shop, or the Transporter Erector. During road transport, roll transfer, or storage modes, MT Semi-trailer's sub-systems operate under the MT Semi-trailer's own power or under facility power. An MT Truck Tractor and a Missile Transporter Semi-trailer when coupled together constitute a complete Missile Transporter, hereafter referred to as the MT. RESPONSES Responsible and capable sources may identify their interest by providing a white-paper capability statement (limited to 10 pages) with sufficient information to substantiate that respondents can successfully perform all requirements. Interested parties should make an earnest effort to thoroughly answer the Government�s questions. Please see the RFI question set. Government will consider responses to one or all purposes depending on company�s capability. NOTICE This communication serves as an RFI intended solely for gathering information for strategic planning and is not to be construed as a solicitation. The issuance of this RFI and responses thereto do not imply a commitment to release a solicitation. A determination by the Government not to compete any or all portions of the work discussed in this RFI rests solely within the discretion of the Government. The Government will not pay for time, effort, materials, or any other costs that arise as a consequence of responding or providing information related to this RFI.� ELIGIBILITY REQUIREMENT The distribution of the draft specification and top-level drawings is limited to contractors with a DD 2345 certified by the Defense Logistics Information Service, Joint Certification Program (1-877-352-2255) and who have a legitimate business purpose. �As such, the Work Breakdown Structure cannot be provided to a contractor without a certification. Contractors who would like to become certified can find the form and instructions at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Interested parties are advised that certification of a DD Form 2345 may take time, so completion and submission of that form as soon as possible is highly recommended. This RFI 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. Please e-mail your response advising if the requirements stated above can be met to the following address: daniel.scheer@us.af.mil Submit the following information: Company Name and Address Cage Code Unique Identifier 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) Request for Information (RFI) Regarding Missile Transporter (MT) Experience Please explain your experience and knowledge about MMIII transportation and handling equipment/vehicles, specifically the Missile Transporter. Please provide examples of your experience with Government technical drawing packages and your understanding of the configuration management process, level 2, and level 3 drawings. Air Force Nuclear Weapons Center Please provide examples of how your company plans to resource the workload, (i.e., how many employees it will take to do the work, what skill mixes you anticipate using for the work, etc.). Basic estimates are acceptable at this point. What projects has your company successfully completed that have similar scope to the Missile Transporter Acquisition Procurement (MTAP) effort? Resources Do you have the facilities and space to store materials, parts, and equipment for extended periods of time, if necessary, (i.e., you may be required to store an MT Tractor and/or Trailer, materials such as sheet metal, tools, etc.)? Please elaborate. Do you have the financial capability to perform the anticipated work that needs to be done? Timeline What is a typical timeline for suitable substitute research/analysis and drawing updates for a component based on your experiences for a similar effort? What would an estimated timeline be for the build and test of one MT? What would the estimated timeline be to acquire, store, and deliver a spare component such as an environmental control system (ECS) or auxiliary power unit (APU)? Acquisition Strategy Approach #1 Would you be agreeable toward proposing to a stand-alone contract for only Engineering and Manufacturing Development (EMD)-related work (i.e., producing 1-2 First Article MT units, curing obsolescence, updating drawings, etc.)? Approach #2 Would you be agreeable toward proposing to a stand-alone contract for only Production-related work (i.e., producing 13-15 MT units, curing obsolescence issues if or when they arise, updating drawings as necessary, etc)? Approach #3 Would you be agreeable toward proposing to a stand-alone contract including both EMD and Production-related work (i.e., producing 1-2 First Article MT units, curing obsolescence, updating drawings, producing 13-15 MTs, etc.)? Which of the proposed approaches do you favor? Why? What risks do you associate with each of the proposed approaches? Please recommend mitigating actions for the identified risks. Do you suggest a preferred contract type for any of the proposed approaches? Statement of Work (SOW), Contract Data Requirements List (CDRL), and Contract Line Item Numbers (CLINs) ***To obtainv an electronic copy of the SOW, CDRLs, and CLIN Structure please provide your company's Cage Code and POC information to Dan Scheer daniel.scheer@us.af.mil.*** A draft version of the MTAP SOW has been furnished providing you an initial preview of its expected form upon RFP release. Do you have any specific concerns about the current state of the SOW How would you propose mitigating any identified concerns within the SOW? A draft version of the MTAP CDRL list has been furnished providing you an initial preview of its expected form upon RFP release. Do you have any specific concerns about the current CDRLs included in the list? How would you propose mitigating any identified concerns within the CDRL list? Should any additional CDRLs not currently listed be considered for inclusion? A draft version of the MTAP CLIN structure has been furnished providing you an initial preview of its expected form upon RFP release. Do you have any specific concerns about the current CLIN Structure? How would you propose mitigating any identified concerns within the CDRL list?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/562c3b6b2450409d8a857d7a5e5c1b05/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06947296-F 20240128/240126230049 (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 |
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.