SOURCES SOUGHT
14 -- ERAM Subcomponents Request for Information (RFI)
- Notice Date
- 1/17/2025 3:17:57 PM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- FA8659 AFLCMC EBI EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- WCTF-25
- Response Due
- 2/3/2025 3:00:00 PM
- Archive Date
- 02/18/2025
- Point of Contact
- Sara Riley, Capt. Lake Lutes
- E-Mail Address
-
sara.riley@us.af.mil, lake.lutes.3@us.af.mil
(sara.riley@us.af.mil, lake.lutes.3@us.af.mil)
- Description
- ERAM Subcomponents Production RFI-WCTF25 DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP that may be issued. SUBJECT: The Extended Range Attack Munition (ERAM) Program Office (PO) is responsible for delivering an affordable, long-range standoff weapon to support FMS partners. The purpose of this RFI is to identify pricing and lead times for subcomponents for AFLCMC/WCTF. This is intended to provide the ability for production and support of the ERAM program. DESCRIPTION: The Government is seeking support to procure ERAM hardware capability (GPS receivers, seekers, navigation units, radio solutions, datalink, or other capabilities to add operational capabilities to the weapon). The ERAM program is currently executing an Other Transaction Authority (OTA). The OTA will conclude with a Phase 2 development option, a full rate production OTA, and potential future development for additional capabilities. This request will support these future opportunities for the USAF to procure ERAM baseline configuration. The users of this will include the ERAM Program Office, and any others required for potential changes that may address, but are not limited to the following areas: Upgrades and Enhancements Product Improvements Producibility and Affordability Other changes as necessary to meet existing or new/emerging requirements. INTEREST: Successful responders must be capable of receiving classified information, obtaining any necessary licenses or data rights from the original manufacturer, providing a Rough Order of Magnitude (ROM), and outlining an associated delivery schedule or lead times for available capabilities. The security classification level for this effort is CUI/SECRET. The USG will provide the files but will not provide support/software to view/access files For questions, contact Capt. Lake Lutes (ERAM Lead PM) at lake.lutes.3@us.af.mil and Sara Riley (ERAM Contracting Lead) at sara.riley@us.af.mil. Responses are due by Monday 3 Feb 2025, by 1700 CST to Capt. Lake Lutes (ERAM Lead PM) at lake.lutes.3@us.af.mil and Sara Riley (ERAM Contracting Lead) at sara.riley@us.af.mil For Classified or Controlled Unclassified Information (CUI) information requests, inquiry must be received by January 31, 2025, to Capt. Lake.lutes.3@us.af.mil or Mr. Michael Kelley at michael.kelley.64@us.af.mil. Required Capabilities Future ERAM phases will incorporate various seekers, payloads, and capabilities to enhance performance in GPS-denied areas and or to produce ERAM variants to achieve disruptive effects when launched. Equipment, interfaces, prototypes, engineering support, digital model integration support, and support documentation will be necessary to integrate these capabilities. To expedite ERAM production, the Government intends to acquire certain long lead ERAM components. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Further requirements and original GPS Receiver Manufacturer information may only be obtained via secure CUI/SECRET communication. To better navigate the complex OCONUS environment, the ERAM USAFE, SAF/IA, and warfighter representatives expressed that the BAE Marshall Deck of Cards (DoC) capability is the top priority for integration with the ERAM weapon. Please provide pricing and schedule for 10 BAE prototypes of the Marshall DoC capability to support ERAM integration and engineering efforts. Please provide pricing and schedule for a potential anti-tamper solution to establish root of trust and protect Marshall DoC software from exploitation and or battlefield loss. Please provide pricing and schedule for the environmental qualification of the BAE Marshall DoD system in accordance with the Armament Directorate Environmental Qualification Guidance documentation. Please provide pricing and schedule for 10 BAE prototypes of the Shepherd capability to support ERAM integration and engineering efforts. Please also provide pricing and schedule for the mission planning, integration, and production readiness efforts needed to transition the Shepherd prototype hardware and software to a production ready configuration available to the ERAM production program. Please provide pricing and schedule for 10 BAE prototypes of the QuickSink seeker in a form factor to support ERAM integration and engineering efforts. Please provide pricing and schedule for 10 BAE prototypes of the QuickSink seeker to support continued AFRL QuickSink prototype and testing efforts. Please provide pricing and schedule for 50 BAE prototypes of the FALCO system for continued operational employment and CONOPs development, potential aircraft integration efforts, and ongoing demonstrations and concept of employment efforts. Interested parties should identify their intent to respond to this requirement no later than 15 days after the posting of this request for information. All requirements listed in this RFI must be compliant with the Weapons Government Referenced Architecture (wGRA) Attachment 1. Submission Details: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11.5-inch pages, font no smaller than 10 point) demonstrating the ability to perform the required capabilities and pricing All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address. Attachment 1: wGRA
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c4ade5c958b1484aacdd93c811762062/view)
- Place of Performance
- Address: Eglin AFB, FL, USA
- Country: USA
- Country: USA
- Record
- SN07317059-F 20250119/250117230106 (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 |