Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

10 -- Hypersonic, Conventional Air-Launched, Strike Weapon

Notice Date
7/21/2017
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin (Legacy), 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA8682-18-R-0003
 
Archive Date
8/19/2017
 
Point of Contact
Lanie C. Bolin, Phone: 8508833060, ,
 
E-Mail Address
lanie.bolin@us.af.mil,
(lanie.bolin@us.af.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC)/EBJK, 205 West D Avenue, Bldg 350, Eglin AFB, FL 32542. Description Notice of Contract Action (NOCA) - The Long Range Systems Division (AFLCMC/EBJ) intends to solicit proposals from limited sources and award contracts for the development and integration of an air-launched hypersonic conventional strike weapon (HCSW) with both fighter and bomber aircraft platforms. Integration will include mission planning operations and support. The HCSW will provide a prompt (Hypersonic/Hypervelocity), precision strike capability against high-value, time-critical fixed and relocatable surface targets in a single or multi-theater challenged (A2/AD) environment. It will utilize Global Position System (GPS)/Inertial Guidance System (INS) for navigation and terminal guidance with a Government Furnished Equipment (GFE) warhead. It is anticipated that the contract will be awarded in the 1st quarter of FY18. The contract will include all necessary effort through Engineering and Manufacturing Development (EMD). This effort will be awarded using other than full and open competition to the successful offeror under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, among the limited sources. Boeing, Lockheed Martin, Northrop Grumman, and Raytheon Missile Systems are the only firms that appear to possess the necessary capability within the Air Force's time frame without causing an unacceptable delay in meeting the needs of the warfighter. The small business size standard associated with NAICS 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) exception for Guided Missiles and Space Vehicles, their Propulsion Units and Propulsion Parts) is 1,250 employees. The Government intends to solicit proposals from the limited sources identified above and award one contract under the authority of FAR 6.302-1(a)(2). Follow-on contracts within the scope of the class Justification and Approval (J&A) may be awarded to the successful offeror. This NOCA neither constitutes a Request for Proposal (RFP) or Invitation for Bid (IFB), nor does it restrict the Government to any specific acquisition approach. This NOCA is for information and planning purposes only and is not to be construed as a commitment to a contract by the Government. An Ombudsman has been appointed to hear concerns from 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 point of contact identified above. The Ombudsman is Ms. Jill Willingham-Allen, AFLCMC/AQP. She may be contacted at 312-785-5472. Responsible sources may submit a capability statement which shall be considered by the agency. Interested sources must respond in writing with clear and convincing evidence to support their ability to provide the required supplies/services within fifteen (15) business days of this publication. A determination by the Government not to compete this action based on responses received is solely within the discretion of the Government. Responses for this effort shall be submitted to Ms. Lanie C. Bolin, Contracting Officer, phone (850) 883-3060, e-mail: lanie.bolin@us.af.mil. Contracting Office Address: 205 West D Avenue, Bldg 350 Eglin AFB, Florida 32542 United States Primary Point of Contact: Lanie C. Bolin lanie.bolin@us.af.mil Phone: 850-883-3060
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8682-18-R-0003/listing.html)
 
Record
SN04589454-W 20170723/170721234329-8b2131fc1afec0c22ed7e506a6204ffc (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.