Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2025 SAM #8460
SOURCES SOUGHT

14 -- Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production

Notice Date
1/23/2025 2:50:30 PM
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
 
ZIP Code
84056-5837
 
Solicitation Number
FA8214-25S-FT3PD
 
Response Due
2/24/2025 3:00:00 AM
 
Archive Date
03/11/2025
 
Point of Contact
Brad Vargo, Phone: 8017753700, Jessica Jurkowski, Phone: 8017754916
 
E-Mail Address
bradley.vargo.1@us.af.mil, jessica.jurkowski@us.af.mil
(bradley.vargo.1@us.af.mil, jessica.jurkowski@us.af.mil)
 
Description
REQUIREMENT TITLE: Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production NSN/Part Number: TBD still in development stage Solicitation Number: FA8214-25S-FT3PD Notice Type: Sources Sought Synopsis NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The product service code is 14. The proposed North American Industry Classification Systems (NAICS) Code is 336419 which has a corresponding Size standard of 1000. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 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. Details This synopsis does NOT constitute a Request for Proposal (RFP), Request for Quotation, Invitation for Bid (IFB), nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government reserves the right to set aside any subsequent acquisition based upon known sources and/or responses to this synopsis. The Government intends to establish a new contract for the production of FT3 flight test kits (replenishment spares) used to support the Air Force Global Strike Command (AFGSC) Minuteman III Intercontinental Ballistic Missile (MMIII ICBM) Force Development Evaluation (FDE) Operational Test Launch (OTL) Program. Background AFGSC conducts the ICBM Operational Test & Evaluation (OT&E) program in accordance with AFGSC Instruction 99-102, ICBM Operational Test and Evaluation. The ICBM OT&E program provides accuracy and reliability planning factors to the Commander, United States Strategic Command, and evaluates the operational effectiveness and suitability of system modifications or upgrades prior to initial fielding. The ICBM OT&E includes OTLs, which are flown from the Western Test Range (WTR) located at Vandenberg Space Force Base (VSFB), California, and conducted by the 576th Flight Test Squadron. The OTLs, designated GLORY TRIPs, consist of flight tests of operational ICBMs in a peacetime environment in as near to the operational flight environment as possible from first stage ignition to impact. When flying on the WTR, the operational missiles must be equipped for range tracking, missile telemetry, and flight termination. The flight test kit integrates these capabilities into one complete system. AFGSC is planning to conduct approximately four OTLs per year through the life of the MMIII ICBM Weapon System (~2040). All flight test kits must be compliant with Range Safety requirements: Range Commander�s Council (RCC) 319-14(T), Flight Termination Systems Commonality Standard; RCC 324-11(T), Global Positioning and Inertial Measurements Range Safety Tracking Systems� Commonality Standard; RCC 313-01(T), Test Standards for Flight Termination Receivers/Decoder; and AFSPCMAN 91-710 (T), Range Safety User Requirements Manual Volume 1 - Air Force Space Command Range Safety Policies and Procedures. CONTRACTOR CAPABILITIES Subject to the Government�s consideration, a viable source, not already qualified to provide the requisite product and services should submit a concise and program specific response, presenting sufficient information to substantiate they have demonstrated the capability for the following: A flight test kit qualified to the above-mentioned requirements and product specifications (available upon request) for delivery in time for first scheduled launch, 1 October 2030. The Government will not incur costs for any necessary development or qualification of the system. FT3 flight test kit deliveries must support AFGSC�s 5-year flight test schedule with just-in-time deliveries 120 days ahead of scheduled launch dates. It is anticipated this schedule will continue for the life of MMIII. Delivery of the flight test kit consisting of four sub-kits, (1) Integrated Instrumentation System (IIS), (2) Electronic Safe and Arm Device (ESAD) for downstage install, (3) Electrical Cable Assembly Set, and the (4) Ordnance to be shipped to four staging areas at VSFB, and conduct acceptance test procedures. Strict scrutiny and emphasis will be placed on the contractor�s piece-parts program, configuration management process, systems engineering process, and quality standards to include its subcontractors. Specifically, a parts program (5,000+ piece-parts) will avoid parts obsolescence issues, demonstrate how quantities of parts are purchased and how lots are controlled, part screening to detect any electrical or mechanical workmanship defects and infant mortality failure modes, and will accomplish functional testing at the piece-parts and/or subsystem level. Maintain that the Government will own the technical baseline and all associated data. Use of contractor logistics support. Use of standard AF and ICBM enterprise maintenance data collection systems, databases and processes when necessary. ADDITIONAL INFORMATION This Sources Sought Synopsis is not a request for proposals. The Air Force will not pay for either the effort or the associated costs to respond, or for any information provided. A determination by the Government not to compete this proposed contract will be based upon responses to this Sources Sought Synopsis and the information received. This information will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses must be received by February 24, 2025, 4:00 pm Mountain Standard time to AFNWC/PZBB, ATTN: Brad Vargo, 6008 Wardleigh Road, Bldg 1580, Hill AFB, Utah, 84056 or bradley.vargo.1@us.af.mil. No phone or FAX requests will be accepted. If required, contact contracting officer listed below for additional information. Points of Contact: Brad Vargo, Contracting Officer. Phone: 801-775-3700, bradley.vargo.1@us.af.mil Dennis Pulsipher, Program Manager, Phone: 801-775-2007, dennis.pulsipher@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18852c654ced43d088f693a5468d10db/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07322052-F 20250125/250123230111 (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.