Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2025 SAM #8439
SOURCES SOUGHT

J -- B61-13 - Tail Kit Assembly (TKA) Surveillance and Sustainment Support (BTS3)

Notice Date
1/2/2025 8:54:21 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA9422 AFNWC PZ KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA9422-25-R-5009
 
Response Due
1/17/2025 3:00:00 PM
 
Archive Date
02/01/2025
 
Point of Contact
Byron Muhlenberg, Chad Miller
 
E-Mail Address
byron.muhlenberg.2@us.af.mil, chad.miller.31@us.af.mil
(byron.muhlenberg.2@us.af.mil, chad.miller.31@us.af.mil)
 
Description
This notice is a COMBINED Synopsis of Proposed Contract Action (pursuant to FAR Subpart 5.2) and Sources Sought (pursuant to DFARS PGI 206.302-1). This notice does not constitute a Request for Proposal. This is not a solicitation. RELEVANT AWARDS/PREVIOUS POSTINGS: Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract FA9422-21-D-0001 Sources Sought Number FA9422-19-R-5009 Sources Sought Number FA9422-19-R-5009(A) PURPOSE: The United States Air Force Nuclear Weapons Center (AFNWC) is seeking to expand its sustainment and support services for the B61 nuclear gravity bomb, currently provided via the B61-12 Tail Kit Assembly (TKA) Surveillance and Sustainment Support (BTS3) IDIQ FA9422-21-D-0001. Specifically, AFNWC contemplates a contract modification under FA9422-21-D-0001 to incorporate the B61-13 and any future variants and/or modifications. No increase to the IDIQ ceiling is anticipated as a result of this contemplated action. This contract modification would add new work via the sole-source authority of 10 U.S.C 3204(a)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Additionally, AFNWC is seeking to extend the end date for which orders may be issued under the IDIQ (as governed by FAR 52.216-18) from 14 September 2026 to 14 September 2028. Such an award is subject to approval of a Sole-Source Justification. This notice serves to meet the sources sought requirements of DFARS PGI 206.302-1. BACKGROUND: IDIQ FA9422-21-D-0001 was awarded on 15 September 2021 to: THE BOEING COMPANY (CAGE 76301) 6200 JS MCDONNELL BLVD SAINT LOUIS, MO 63134 The award was made via the sole-source authority of 10 U.S.C 3204(a)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A redacted Sole-Source Justification was posted to ww.sam.gov on 17 September 2021. As noted in the justification, �The Boeing Company developed the hardware and software systems currently used to support the B61-12 TKA and its associated Trainer, Test Variants and Test Tools, are intrinsic to the hardware and software designs of the system.� Additionally, �The technical data necessary for competing the current requirements, as well as future highly specialized support of aircraft integration, modifications, and nuclear certification was not part of the technical data delivered under the earlier contracts.� Ultimately, it was determined that �The only source possessing the technical information necessary to support the skill sets, special test/inspection/maintenance equipment, flight simulation models, and computer programs required to the provide the highly specialized engineering support services and analysis during the period of this J&A [Justification and Approval] is The Boeing Company.� CURRENT REQUIREMENT: The B61-13 and future variants will require highly specialized engineering and logistics services to ensure their continued safety, security, and reliability. The AFNWC requires contract support that can adapt to the evolving requirements of the B61 program, and which can ensure the successful sustainment of the B61-13 and future variants. This work includes sustainment engineering, test support services, production of B61-13 TKA Trainers, TKA test variants, and Telemetry Instrumentation Kits (TIKs), as well as integrated logistics support (ILS) services. The contractor will be responsible for working closely with the B61-13 and future variant development teams to ensure that the necessary support infrastructure is in place to support the successful deployment and sustainment of these new systems. This will include providing nuclear weapons related materiel (NWRM) control and supervisory duties for inventory and storage management in support of regular inspections, as well as procuring and sustaining future software capabilities that correctly identify the TKA as a B61-13 or correct variant. This effort will supplement ongoing efforts to sustain and support the B61-12 TKA and all assets already designated as B61-12. The services should complement this existing effort to allow seamless sustainment and support of the B61 Family of Systems (B61-12, B61-13, and future variants). As explained above, the AFNWC is currently under contract with The Boeing Company for the production and sustainment of B61-12 Tail Kit Assemblies (TKAs). The Boeing Company has previously established the necessary infrastructure, institutional knowledge, facilities, manpower, and systems and processes to support the B61 TKA system. As such, the AFNWC currently intends to modify the existing contract with Boeing to include the B61-13 and future variants. The scope of work for the modified contract will include sustainment engineering and test support services, production of TKA Trainers, TKA test variants, and TIKs, integrated logistics support (ILS) services, including sustaining and software engineering support services, nuclear weapons related materiel (NWRM) control and supervisory duties for inventory, storage management, and procurement and sustainment of future software capabilities. These supplies and services are already addressed in FA9422-21-D-0001. The intended modification would make the requirements applicable to the B61-13 and future variants. Additionally, extending the period for which orders may be issued will allow sufficient time for such work to be accomplished. At present, AFNWC does not find that the competition environment has changed to the extent that would void the justification for sole-source award of FA9422-21-D-0001. STATEMENT OF CAPABILITY (SOC): All responsible sources believing they have the capability to perform this requirement are requested to submit their SOC to the Government POCs listed below by the closing period on this notice. All SOCs shall be UNCLASSIFIED and shall Not Exceed 4 pages. Submissions shall be in Microsoft Word or PDF format. SOCs shall be submitted electronically via email to the Government POCs assigned to this notice. All email submissions shall include, �[Insert your Company Name] - SOC Response B61-13� in the subject line of the email submission. Submissions shall detail past experience and capabilities to address the Key Requirements cited below. Key Requirements: Sustainment engineering and test support services for the B61-13 and future variants Production of TKA Trainers, TKA test variants, and TIKs for the B61-13 and future variants ILS services, including sustaining and software engineering support services NWRM control and supervisory duties for inventory and storage management Procurement and sustainment of future software capabilities for the B61-13 and future variants Questions or requests for additional information, to include the Performance Work Statement, shall be directed to the Government POCs listed below.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f0d6a99e793455dbe04f81afa510001/view)
 
Place of Performance
Address: Saint Louis, MO 63134, USA
Zip Code: 63134
Country: USA
 
Record
SN07304404-F 20250104/250102230058 (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.