Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

10 -- SDB II iECP

Notice Date
6/13/2017
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBMK - Eglin, 102 W D Ave Bldg 11, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8672-17-D-0004
 
Archive Date
7/14/2017
 
Point of Contact
Linda V. Smith, Phone: 8508832916
 
E-Mail Address
linda.smith.34@us.af.mil
(linda.smith.34@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA) - The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, intends to solicit and award a seven (7) year Indefinite-Delivery, Indefinite-Quantity (IDIQ) sole source contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 U.S.C. 2304(c)(1)) to Raytheon Missile Systems (RMS), 1151 E. Hermans Road, Tucson, AZ 85756-9367. It is anticipated that the new contract will be awarded on or before 15 August 2017 with a maximum ceiling value of $450 million. This will include, but is not limited to, engineering change proposals which address obsolescence, cyber security and resiliency, navigation upgrades, information security, communication security, product improvement, value engineering and other approved changes as directed or necessary to meet existing, emerging or new requirements. These activities include hardware and software design and development, aircraft integration, testing, modeling and simulation, and procurement of prototype and qualification hardware to support development, integration, qualification and pre-production engineering. 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. The nature of this IDIQ contract requires quick turn procurements to maintain efficient use of the Small Diameter Bomb Increment II system; efforts include developing and integrating a solution to meet requirements for the Assistant Secretary of Defense Network and Information Integration (ASD(NII)) Military Code/Enhanced Anti-Jam (M-Code/EAJ) receiver and the National Security Agency (NSA) Cryptographic Modernization mandates. This effort will have significant impacts on the SDB II and the supporting and enabling technologies/systems (e.g., GPS and data link encryption, data link networking, Joint Mission Planning System (JMPS), Common Munitions Built-in Test (BIT)/Re-Programming Equipment (CMBRE), Air Operations Center (AOC), and Joint Terminal Attack Controller (JTAC)), affecting Engineering and Manufacturing Development (EMD), production, and sustainment phases. The SDB II Original Equipment Manufacturer (OEM) will not provide SDB II test assets as a subcontractor and the Government is unable to provide test assets as Government Furnished Property (GFP). A build-to technical data package (TDP) for test assets is not available due to the on-going development of SDB II test assets. Responses must be received within 15 calendar days after the posted date of this synopsis. An IDIQ contract is anticipated, which may utilize the following contract types: Fixed Price and Cost-Reimbursement. As stated above, it is estimated that the total base contract ordering period will be for seven (7) years from time of award. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Any capability statement, proposal, or quotation received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All respondents shall specify whether it is a large business, small business, small disadvantaged business, 8(a) concern, woman-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Respondents shall also specify whether they are a U.S. or foreign-owned firm. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a response to determine whether there are restrictions on receiving an award. The Air Force Life Cycle Management Center has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will 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 the Contracting Officer identified. For any other concerns, interested parties may contact the following Air Force Life Cycle Management (AFLCMC) Ombudsman: Col. Kenneth L. Decker, Jr. (Primary) and Ms. Jill Willingham-Allen (Alternate), AFLCMC/AQP, 1790 10th Street, Bldg. 572, Rm 209B, Wright-Patterson AFB, OH 45433-7630, (937) 255-5472, Kenneth.decker.1@us.af.mil and jill.willinghamallen.1@us.af.mil. Communications concerning this acquisition should be directed to Linda Smith, Contract Specialist, (850) 883-2916; e-mail linda.smith.34@us.af.mil or Major Rodney Lewis, Contracting Officer at AFLCMC/EBMK, 102 West D Avenue, Bldg 11, Eglin AFB, FL 32542 at (850) 883-2542; e-mail rodney.lewis.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e8f7ecb8c8d5fda9b63e7eb5cff6276)
 
Place of Performance
Address: Tucson, Arizona, United States
 
Record
SN04542085-W 20170615/170613234320-7e8f7ecb8c8d5fda9b63e7eb5cff6276 (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.