Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SPECIAL NOTICE

10 -- Small Diameter Bomb I Aircraft Integration & Support

Notice Date
6/26/2013
 
Notice Type
Special Notice
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA8672-14-D-0007
 
Archive Date
7/27/2013
 
Point of Contact
Michael R. Janosz, Phone: (850) 883-2914, Randy J. Miller, Phone: (850) 883-2917
 
E-Mail Address
michael.janosz@eglin.af.mil, randy.miller@eglin.af.mil
(michael.janosz@eglin.af.mil, randy.miller@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA) - The Armament Directorate's Miniature Munitions Division, Small Diameter Bomb I Program Office (EBMK) intends to solicit and negotiate a five (5) year from time of award Indefinite-Delivery, Indefinite-Quantity (IDIQ) sole source contract under the authority of FAR 6.302-1 to The Boeing Company, 6200 JS McDonnell Blvd, St. Louis, Missouri, 63134. It is anticipated that the contract will be awarded on or about 9 April 2014. The Air Force, AFLCMC/EBMK (Miniature Munitions Division) requires various support efforts for the integration, sustainment, testing, upgrades and software updates to the Small Diameter Bomb (SDB) I system (weapon and carriage). This support includes all efforts related to SDB I and various SDB I support efforts of aircraft integration for the following platforms: F-16, F-22A, F-35, AC-130W, F-15E, A-10, MQ-9, B-1, B-2, B-52, and SDB II. A sample description of tasks that may be required under this contract are: studies and analyses related to current and future expansion of system performance, simulations/modeling, test hardware technical support, maintain test asset certifications, calibrations and flight worthiness, aircraft integration technical support, program, financial and data management technical support, impact of obsolescence on production engineering baselines, analysis of technical issues arising between production hardware and previously integrated aircraft, software updates, studies and nonrecurring engineering for required hardware changes, procurement and installation of modification kits, analysis of SDB I system performance anomalies, procurement of all associated test hardware to support the activities discussed herein, and repair of non-warranted assets. An IDIQ contract is anticipated, which may utilize fixed-price, cost-reimbursement, incentive, labor hours and time and material contract types. This notice does not restrict the Government to a specific acquisition approach. It is estimated that the total contract period of performance will be for five (5) years from time of award. This is not a solicitation or request for proposal. The Government intends to solicit and negotiate for supplies and professional technical services with only one source under the authority of FAR 6.302-1. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Capability statements shall demonstrate how the source can provide engineering sustainment services for the SDB I system without substantial duplication of costs to the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Life Cycle Management Center (LCMC) has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer identified. The LCMC appointed Ombudsman: Col Deborah Cafarelli AFLCMC/EN 102 West D Avenue Eglin AFB, FL 3254 (850) 883-3701
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8672-14-D-0007/listing.html)
 
Record
SN03100163-W 20130628/130626235013-df58e3f2a2f6b56055282cd8cbe73a31 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.