Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOURCES SOUGHT

14 -- Engineering Services ALCM/CALCM

Notice Date
3/23/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
1000
 
Archive Date
4/24/2012
 
Point of Contact
Cathy Plante, Phone: 4056227269, Melissa Richardson, Phone: 4056227274
 
E-Mail Address
cathy.plante@tinker.af.mil, melissa.richarson@tinker.af.mil
(cathy.plante@tinker.af.mil, melissa.richarson@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor Sustaining Engineering Services for the AGM-86 Air Launched Cruise Missile (ALCM) and Conventional ALCM (CALCM) Weapon System Agency: Department of the Air Force Office: Air Force Materiel Command Location: Tinker OC-ALC Notice Type: Sources Sought Synopsis Synopsis: Contractor Sustaining Engineering Services for the AGM-86 Air Launched Cruise Missile (ALCM) and Conventional ALCM (CALCM) Weapon System Duration of Contract Period: Basic and 2 (two) one year options This is a Source Sought Synopsis announcement, market research for information only, to be used for planning purposes. This is not a solicitation for proposal; therefore, a solicitation number has not been assigned. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Projected contract is to provide Engineering Services (ES) for the AGM-86B Air-Launched Cruise Missile (ALCM) and the AGM-86C/D Conventional Air-Launched Cruise Missile (CALCM). The acquisition is for a Basic and 2 (two) one-year priced option periods for the above-mentioned contract for continued support services for the Air Force Materiel Command (AFMC), Missiles Sustainment Division, AFNWC/NCMPM, to provide missile system design, development, manufacturing, test and studies necessary to: define, analyze, and provide recommendations for correction of service revealed deficiencies during system testing, software testing, and hardware testing; reduce and analyze errant missile data; assist accident/incident boards; accomplish service life extension surveillance studies to identify aging trends and include effects upon reliability, maintainability, nuclear hardness, and survivability and; perform feasibility studies and other studies as required. The contractor shall provide engineering expertise and other resources (facilities, and equipment) necessary to accomplish a broad range of engineering tasks involving missile system design and aerodynamics; survivability/vulnerability, low observable technology and testing, system software, electrical and electronics, structures, materials and processes, mass properties, corrosion, navigation and control, and mission planning support, and reliability/maintainability in support of the ALCM/CALCM weapon systems. Again, this synopsis announcement is being issued for information purposes only and does not constitute a solicitation or request for competitive proposals. If a firm believes it is capable of meeting the Government's requirement/perform the contract services, your company may identify their interest and capability to the Contract Specialist within ten (10) days of this publication. Those interested companies must indicate whether they are a large, small, small-disadvantaged, 8(a) or women owned business and whether they are U.S. or foreign owned. Companies interested in responding may submit a capability statement to include the following information and/or documentation that demonstrate technical capability in the 11 areas listed below. These areas are considered critical for achieving successful technical performance. Include in your companies description/documentation for each area below whether your company has performed as a prime or as a subcontractor; and identify if personnel have at least three years of recent experience. 1. Describe your experiences working with the AGM-86 ALCM/CALCM weapon system. 2. (CRITICAL) Describe your past hardware and software design, modification and test activities devoted to supporting the sustainment of the AGM-86 ALCM/CALCM weapon systems and support systems. 3. (CRITICAL) Ability to conduct failure investigations, obsolescence studies, feasibility studies, test performance studies, survivability modeling, reliability predictions, impacts and solutions for the AGM-86 ALCM/CALCM weapon systems. 4. (CRITICAL) Possess the data supporting engineering service activities for AGM-86 ALCM/CALCM weapon systems as previously designed, implemented, and supported by the OEM. 5. (CRITICAL) Understanding of the requirements that drive ALCM/CALCM weapon system engineering investigations, analyses, planning and development activities at the system and subsystem levels. 6. (CRITICAL) Handling of system modifications, maintenance and sustainment action to ALCM/CALCM weapons systems that account for special considerations as a result of nuclear certification requirements. 7. (CRITICAL) Breadth and depth of sustaining engineering knowledge of the AGM-86 ALCM/CALCM weapon system. 8. Creating, preparing and updating data system documentation within the AF & DoD environment. 9. Ability to provide additional services/capability in the event of an immediate surge in requirements. 10. Capability to provide engineering services within a secure environment in accordance with DoD and AF Security Instructions. 11. (CRITICAL) List RELEVANT Government and/or commercial contracts with the following information: • Contract number and description of services • Contracting officers' names, addresses, and telephone numbers • Program managers', project leads', and/or technical leads' names, addresses, telephone numbers and lists of tasks performed for these personnel Interested parties should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. Provide qualification information (type and duration of employee experience relevant to the requirements) and the level of involvement (prime or sub-contractor) and time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. INSTRUCTIONS FOR RESPONSE: 1. Submit a 12-page (maximum) paper in the following format and including the following company information: • Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. • Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12). Use at least 1-inch margins on the top and bottom and 1-inch side margins. • Capability statements need to address fully the 11 technical areas identified above. • Responses shall also include information regarding the following: (1) The level of contractor's interest (likelihood of submitting a proposal as a prime contractor), (2) Address potential teaming arrangement if likely to submit a proposal. (3) If a teaming arrangement is considered, describe tasks the prime would perform versus tasks the sub-contractor would perform. 2. Submit the following company information: • Company name and address. • Company business size by North American Industry Classification System NAICS code. • Small Business Type, if applicable • Small Business Graduation Date Company size. Provide number of employees and average annual revenue. • List any multiple award contracts that your company holds. • Point of Contact for questions and/or clarification. • Telephone number, fax number, and email address. • If proposing as a prime and considering the type of technical capability required for this work, would your company alone be capable of performing 50 percent of the work for this requirement? At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • Identify the risk areas associated with this effort? Identify how risks could be mitigated? • North American Industry Classification Systems (NAICS) code. The NAICS Codes determined appropriate for this acquisition are 336413. • Can your company prime a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. • Does your company currently have a DCAA approved accounting system? How much experience has your company had with management of information technology contracts? If your company is considering priming this contract and is required to perform at least 50 percent of the work, how would work beyond in-house capabilities be handled? All Contractor personnel are to have a completed favorable National Agency Check Inquiry (NACI). The Contractor personnel shall be required to obtain Common Access Cards (CACs) for the purpose of encryption and physical and digital identification for logical and physical access to government information. The Contractor shall not involve any foreign national (resident aliens exempt) in work performed under this requirement. Foreign participation in this acquisition is excluded at the prime contractor level. A determination by the Government not to compete this contract priced option period, based upon responses received to this notice, is solely within the discretion of the Government. Information received will be considered solely for the purpose of ongoing market research. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Any proprietary information submitted in response to this synopsis will be appropriately protected when clearly identified as proprietary. Submitted materials will not be returned, and will be destroyed. Submissions shall not contain any classified information. The Government will not pay for any information submitted as a result of this synopsis. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. This synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services. Contracting Office Address: DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 2AH 86A; TINKERAFB; OK; 73145 • Point of Contact(s): • Cathy Plante, Phone 405-622-7269, Fax 405-622-7261, Email: cathy.plante@tinker.af.mil - Richardson, Melissa J Civ USAF AFMC OC-ALC/GKDK, Phone 405-622-7274, Fax405-622-7267, Email @ Melissa.Richardson@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/1000/listing.html)
 
Place of Performance
Address: Department of the Air Force 3001 Staff Drive Ste 2AH 86A, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02704257-W 20120325/120323234740-3c03c9e4e59339d67bd2db3600a870a5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.