Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
SOURCES SOUGHT

10 -- BLU-136/B Next Generation Area Attack Weapon

Notice Date
2/22/2018
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
BLU-136_B
 
Point of Contact
Jason L. Barnes, Phone: 8508833799, Andrea Matson, Phone: 850-882-0204
 
E-Mail Address
Jason.Barnes.8@us.af.mil, andrea.matson.1@us.af.mil
(Jason.Barnes.8@us.af.mil, andrea.matson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DISCLOSURE: This is a Request for Information (RFI) notice only. This RFI is for informational 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 or a promise of a solicitation in the future. This RFI does not commit the Government to a contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked or clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations, if issued. General and Background Information: The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division, Direct Attack Weapons Branch (EBDW), Eglin AFB, FL issues this RFI to help determine the technical capability and qualifications of industry to meet a need to produce Bomb Live Unit-136/B (BLU-136/B) warheads for the U.S. Government and potentially foreign Military Sales. The explosive fill is not considered part of this RFI. The potential procurement objective for the Air Force is to produce BLU-136/B inventory for the Government. The expectation is that the annual production orders will range from 250-1500 per year for 4 years (procurement numbers could vary by year) and the years of production could expand. The warheads must be manufactured in conformance with AF BLU-136/B drawings. These procedures will involve construction of the warhead, to include the fragmentation packs, casing and integrated components. Copies of the BLU-136/B drawings are available upon request from Mr. Jason Barnes, email: Jason.Barnes.8@us.af.mil, Ms. Jennifer Kottke, email Jennifer.Kottke@us.af.mil, and Ms. Andrea Matson, email Andrea.Matson.1@us.af.mil. If requested, drawings for the BLU-136/B will be made available via Compact Disc (CD) to qualified respondents for reference only. Respondents must officially request the 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 Commercial and Government Entity (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 in https://public.logisticsinformationservice.dla.mil/jcp/search.aspx and acknowledgement of responsibilities under U.S. export control laws and regulations, the requested technical data will be provided to the address approved in this system. All respondents must provide a capability statement they possess the necessary organizational and technical experience, or the ability to obtain skills to meet Technical Data Package (TDP) requirements. Provide a detailed schedule that shows the events/activities to progress through manufacturing readiness levels to validate start of production. Competence and proof must be demonstrated through written description of the vendors past and/or current capability of manufacturing warheads. The respondents interested in producing the BLU-136/B warhead should be able to complete a qualification program and produce the warheads In Accordance With (IAW) TDP. Respondents should include a schedule on how they will meet qualification and production of the BLU-136/B warhead. Respondents are requested to provide the following information. Respondents should tailor their responses based on their proposed team or company strategy. Citing prior experiences relating to the questions will aid in the Government assessment of industry capability. •a. Offer your opinion on the feasibility of the procurement approach including procurement quantities and ancillary requirements/assumptions. •b. Identify any risks you perceive with the proposed procurement (technical, cost drivers, schedule) and describe reasonable/achievable alternatives to reduce the risks. •c. Describe how you would approach (i.e., partnerships, in-house, subcontracting, vendors) and manage the production and "make-buy" decisions. •d. Identify the critical corporate capabilities and certifications necessary to achieve the proposed procurement approaches. Examples of capabilities and certifications include quality processes, Failure Analysis and Corrective Actions, production management and control, satisfactory record of integrity and business ethics and International Standards Organizations Certifications. •e. Describe your capabilities and experience with assembly and production of steel components which include materials such as epoxy, silicone and other potting materials •f. Fragment packs construction: how will you approach the assembly of the steel cube and potting material assemblies? What processes shall be used to ensure frag count by row and column will meet drawing specifications? How do you propose to conduct quality control inspections for acceptance of the Fragment packs? •g. Identify the activities and timeline to establish a manufacturing line and qualify First Article Acceptance Test (FAAT) units to qualify the manufacturing line and validate and verify the units meet the government requirements. •h. Identify a proposed production schedule and quantity bands with associated production costs and per warhead case costs. •i. Identify the minimum quantity of BLU-136s necessary for your company to sustain stable annual production throughput. Also identify your economic order quantity. •j. Provide estimated average yearly production rate and estimated maximum yearly production rate. •k. Describe your experience working directly with government organizations using government personnel and facilities, first article testing, environmental testing, and final acceptance testing of composite assemblies. •l. Describe your risk management approach for production and acceptance of contract deliverables as related to cost, performance and schedule in establishing and maintaining a sustainable production capability. •m. State your quality assurance processes to assure production assets meet all specifications. •n. Identify corporate capabilities and certifications that can directly impact or aid a US Foreign Military Sales effort. •o. Review TDP and provide your comments. Submission Details: Respondents to this RFI should adhere to the following details. Interested parties are requested to respond to items (a) thru (o) above with a white paper in the following format: Microsoft Word 2010 compatible; 40 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. Website Address •f. Telephone Number •g. Business Category as it relates to the North American Industry Classification System (NAICS) code 332993 numbers of employees •h. Data Universal Numbering System (DUNS) number •i. CAGE Code Interested sources should submit their information via email only no later than COB, 60 calendar days after posting date to Jason.Barnes.8@us.af.mil, Jennifer.Kottke@us.af.mil, and Andrea.Matson.1@us.af.mil. All questions should be emailed only as to avoid any misunderstanding or confusion. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the US Government. The Government reserves the right to reject, in whole or in part any private sector input as a result of this RFI. The Government is not obligated to notify respondents of the result of this RFI. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70de6a8bf174dd82370f5a68f788aa01)
 
Place of Performance
Address: Contracting Office:, 205 West D Ave., Bldg. 350, Ste 545, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04832185-W 20180224/180222232401-70de6a8bf174dd82370f5a68f788aa01 (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.