Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

14 -- Joint Air to Surface Standoff Missile (JASSM)-IDIQ 6

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBJK - Eglin, 205 West D Ave, Bldg 350, Ste 632, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8282-17-D-0002
 
Archive Date
2/7/2017
 
Point of Contact
Darrell I. Coleman, Phone: 8508835264, Cynthia C. Smith, Phone: 8508835383
 
E-Mail Address
darrell.coleman.5@us.af.mil, cynthia.smith.19@us.af.mil
(darrell.coleman.5@us.af.mil, cynthia.smith.19@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is official notification that the Armament Directorate (EB), Joint Air to Surface Standoff Missile (JASSM) Program Office intends to solicit and award a sole source contract and/or separate contract(s) under the authority of FAR 6.302-1 to Lockheed Martin Missiles and Fire Control/Integrated Systems, 5600 West Sand Lake Road, Orlando FL 32819. This acquisition will be a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ), using a combination of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) CLINs. Lockheed Martin is the current producer and sustainment provider for the JASSM, LRASM (Air Force Inventory) and JASSM-ER weapon systems and is the only known company that has detailed knowledge necessary to provide the required JASSM/ LRASM (Air Force Inventory)/JASSM-ER specific support. No Government owned technical data package exists to provide to other companies. Therefore, the Government is unable to provide Government property/Government special tooling/special test equipment/technical data packages to any prospective new source. Fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture. Anticipated award of this contract is on or about 15 Apr 2017. The scope of this IDIQ contract incorporates life cycle support of the JASSM, LRASM (Air Force Inventory) and JASSM-ER weapon system. This lifecycle support includes all efforts related to JASSM, LRASM (Air Force Inventory), JASSM ER and any JASSM variant in the areas of system upgrade, integration, production, sustainment, management and logistical support for US Government systems and foreign government platforms. For subcontracting opportunities, please contact Keith Hornyak, Lockheed Martin Missiles and Fire Control, (407) 356-5849. Any interested vendors shall submit a response demonstrating their capability to provide these items/perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 336414, Guided Missile and Space Vehicle Manufacturing, with a size standard of 1,250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. An Ombudsman has been appointed to address concerns of offerors or potential offerors. 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 routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Lt Col Kenneth Decker, AFLCMC/AQ, 1790 10 th St., Bldg. 572, Wright Patterson AFB, OH 45433, (937) 255-5512. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: darrell.coleman.5@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8682-17-D-0002, JASSM IDIQ 6". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 23 January 2017. Direct all questions concerning this requirement to Darrell Coleman at darrell.coleman.5@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f557f89e78ecd8421f3db2d15ebe796)
 
Place of Performance
Address: AFLCMC/EBJJ, 205 West D Ave, Ste 632, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04357244-W 20161223/161221234411-4f557f89e78ecd8421f3db2d15ebe796 (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.