Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
MODIFICATION

13 -- HAMMER DEMONSTRATION - DRAFT RFP

Notice Date
7/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8681-15-R-0020
 
Point of Contact
Diana R Graziano, Phone: 850-882-0083, Erik Urban, Phone: 850-883-0520
 
E-Mail Address
diana.graziano@us.af.mil, erik.urban@us.af.mil
(diana.graziano@us.af.mil, erik.urban@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment: This is not a Set Aside of any type, it is full and open competition. The Set Aside block is now blank. Heated And Mobile Munitions Employing Rockets (HAMMER) Demonstration FA8681-15-R-0020 Request for Information Pre-solicitation Notice/Synopsis This notice serves as market research to gain industry comments on the Draft Request for Proposal (DRFP) and also serves as a pre-solicitation notice/procurement synopsis for the HAMMER Demonstration. This market research is for planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation, but it does indicate the plan for a solicitation in the future. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice are solely at the responding parties' expense. The objective is to develop and demonstrate a Weapons of Mass Destruction (WMD) defeat capability. The desired result is to demonstrate a capability to penetrate into representative targets with a BLU-109B 2,000 lb. class hard target penetrator warhead, dispense a payload of Kinetic Fireball Incendiaries (KFI), and defeat representative chemical and/or biological equipment and agent simulants while mitigating the release of any viable WMD simulants into the surrounding area. (Reference Request for Information HAMMER-2013-01) The Direct Attack Weapons Branch (AFLCMC/EBDW), Direct Attack Division (AFLCMC/EBD), Armament Directorate (AFLCMC/EB), Eglin AFB, FL., plans to award a cost plus fixed fee contract for the HAMMER Demonstration. Details regarding this effort are identified in the attached DRFP and attachments. Delivery of the test assets are anticipated to begin approximately 24 months after initial award (see DRFP CLIN 2001, Option 2, if exercised). This is an unrestricted procurement, with a directed subcontractor, Exquadrum. The North American Industry Classification System (NAICS) code for this acquisition is 332993 with a size standard of 1,500 employees. The Government anticipates awarding one contract utilizing Tradeoff source selection procedures. The Government anticipates using DoD Source Selection Procedures Methodology 2 with separate Technical and Technical Risk Ratings. The Government does not intend to evaluate past performance as a separate factor. The anticipated date of release for the official RFP is on or about 10 Sep 2014. The Government will not provide a hard copy of the RFP. Future information pertaining to this requirement will be posted on the FedBizOpps website. Interested parties should monitor the FedBizOpps website for changes. Foreign participation is not authorized. A copy of the SRD and BLU-109/B Drawings are available upon request from Mr. Erik Urban; erik.urban@us.af.mil, or Ms. Diana Graziano; diana.graziano@us.af.mil. If requested, drawings for the BLU-109/B will be made available to qualified respondents for reference only. Respondents must officially request these documents in writing, via email. To validate the documentation release, the request must include; the company name, mailing address, email address, point of contact, phone number, current CAGE number and System for Award Management (SAM) registration. The written request must include acknowledgement of the Responder's responsibility under the U.S. export contract laws and regulations. Upon verification of status and acknowledgement of responsibilities under U.S. export control laws and regulations, the requested technical data will be provided. In response to the attached DRAFT RFP; the Government requests industry to provide any comments, questions and/or suggestions in an effort to improve the documents for the official RFP. Specifically, provide responses to the following: a. How do you think this RFP format content affects your best proposal effort? b. Are the CLIN descriptions clear and do you understand the use and purpose of knowledge points? c. Identify any risks you perceive with the effort described in the Draft RFP (technical, cost drivers, budget, schedule) and describe reasonable/achievable alternatives to reduce the risks. d. Are section L and M clear? e. If you are not provided budget information, can you still provide a reasonable estimate? f. Provide a rough order of magnitude (ROM) estimate if you are willing to provide it. Industry shall respond with comments, questions and/or suggestions to Erik Urban at erik.urban@us.af.mil and Diana Graziano at diana.graziano@us.af.mil NLT 7 Aug. All aspects of industry input will be considered in finalizing the RFP. Particularly astute observations and broadly applicable points of clarification will be posted to FedBizOps in an anonymous question-and-answer format. Submission Details: Respondents to this notice should adhere to the following details. Interested parties are requested to respond with a white paper addressing: interest in participating, brief capability and comments to DRFP in the following format: Microsoft Word for Office 2007 (or newer) compatible; 25 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Interested parties should provide a company profile to include the following: a) Company Name b) Company Address c) Point of Contact d) E-mail Address e) Web site address f) Telephone Number g) Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) as it relates to the North American Industry Classification System (NAICS) code 332993 (size standard 1,500) number of employees h) DUNS number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1fb14310cb39216397b167e19835f722)
 
Record
SN03440077-W 20140730/140728234916-1fb14310cb39216397b167e19835f722 (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.