Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOURCES SOUGHT

10 -- BLU-138 Warhead

Notice Date
9/10/2019
 
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
FA8681-20-R-0001
 
Archive Date
10/26/2019
 
Point of Contact
Terrance T. Patterson, Phone: 8508827321, Abigail M. Raney, Phone: 8508832105
 
E-Mail Address
terrance.patterson@us.af.mil, abigail.raney@us.af.mil
(terrance.patterson@us.af.mil, abigail.raney@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis 1. Notice. This is a Sources Sought synopsis for information and planning purposes only and does not constitute an invitation for bid (IFB) or request for proposal (RFP), and it is not to be construed as a commitment by the Government for any purpose. 1.1 There is no bid package or solicitation document with this announcement. Responses to this sources sought and RFI is strictly voluntary and will not affect any potential offerors ability to submit an offer if a competitive solicitation is released. The Government does not intend to pay for the information solicited. No entitlement to payment of direct or indirect costs or charges will arise resulting from preparation of submissions in response to this sources sought and RFI or the government's use of the information provided. The Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this synopsis/RFI or subsequent submittals of information. This notice DOES NOT in any way restrict the Government to an ultimate acquisition approach. The Government encourages all responsible businesses, including small businesses, to respond to this sources sought synopsis and RFI. Respondents to this sources sought synopsis may be requested to provide additional information/details based on their initial submittals. Any submittals will not be returned to the sender. As directed by the Foreign Disclosure Office, Eglin AFB, FL, no foreign participation is allowed for this acquisition. 1.2 The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division seeks information on potential sources for a contemplated procurement of a new BLU-138 Warhead cases and associated component parts sets. The intent of this sources sought notice is to conduct a market investigation to collect supporting data and documentation on which to base an appropriate acquisition strategy. 1.3 The North American Industry Classification System (NAICS) Code for this effort is 332993; with a small business size standard of 1,500 employees. 2. System Description/Requirements The BLU-138 Warhead will consist of the empty Warhead case with a large diameter made of AF96 Steel with associated components and parts and data. 2.1 AFLCMC/EBD is interested in establishing a contact no greater than five years from contract effective date. The contract includes a basic effort including required delivery of up to/approximately 125 units within 12 months from effective date, along with associated data, all in accordance with the specifications/drawings/data package. Further, the contract will likely include multiple annual options for additional quantities spanning up to the thousands (BLU-138 with empty BLU-138 warhead cases and component parts sets and associated data), again in accordance with the specification/drawings/data package. 2.2 Interested parties must establish subcontracts, associate contractor agreements, nondisclosure arrangements, and interfaces with other contractors and government agencies as required to: 1) perform effort necessary to ensure manufacture or modifications to the items and interfaces to meet the TDP; 2) enable free exchange of information, both proprietary and nonproprietary; and 3) resolve problems to prevent schedule delays, performance degradation, and/or increased costs. 3. Statement of Capabilities (SOC): Interested and capable sources are encouraged to respond to this synopsis with a Statement of Capabilities that provides specific relevant evidence demonstrating knowledge and experience in the following areas as it pertains to satisfying the requirements in Paragraph 2. The Statement of Capabilities should, at a minimum, provide evidence that the contractor: (a) has engaged in or has the ability to engage in this type and magnitude of weapon manufacturing; (b) possesses or has access to or ability to gain access to the necessary equipment, data, personnel, manufacturing facilities and financial resources to fulfill the requirements of efforts of this type; and (c) has the capability to accomplish the manufacturing efforts required for a similar items for a weapon system. (d) has the ability to perform high level manufacturing processes and techniques, to include evidence or demonstration of the source's understanding of relevant metallurgical and engineering techniques for fabricating large cases such as BLU-113/122, BLU-127 and BLU-137 as well as smaller aft-end component parts sets (e) has successfully managed and maintained manufacturing for customers for at least 2 years [submit names, addresses, and phone numbers of references and a point of contact for each]. Please limit your Statement of Capabilities to no more than 10 single spaced, 10-point font typed pages. Small businesses are encouraged to submit a Statement of Capabilities demonstrating their ability to manufacture a portion of the requirement, even if they do not possess the capabilities to manufacture the entire requirement. In addition to the Statement of Capabilities, firms responding to this announcement should include - Company name, - Contractor Commercial and Government Entity (CAGE) code, - Data Universal Numbering System (DUNS) number - Point of contact with telephone, email and address contact information, - Indicate your company's category (e.g., a US company, large or small business, and if a small business, whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUB Zone small business, small disadvantaged business, or women-owned small business as defined by the planned NAICS code listed. - Your intentions to compete on any resulting RFP as a prime or as a subcontractor? Would your company partner with other firms and, if so, who? Specify which firms are US owned and which are foreign owned.) - Provide a brief history highlighting past relevant experience with manufacturing similar items, to include number of years and specific experience. For each SOC item for which capabilities do not exist, identify how you will satisfy the requirement. - Indicate what risks or concerns you see with this envisioned acquisition, and what your suggested mitigation strategies are. - Identify your manufacturing readiness level for your proposed solution. - Do you desire a one-on-one meeting with the Government? If so, indicate the topics proposed to be covered in your response. - What Government Furnished Property would you envision the need for in order to perform this effort? The Government will use this information to determine if there are interested and qualified sources. Those desiring to do business with the Air Force must be registered in the Government's System for Award Management system located at https://www.sam.gov. Information associated with this effort is unclassified. If respondents wish to restrict distribution of Capability Statements, they must be marked appropriately. Interested parties should mark all responses accordingly prior to submission. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Respondents are responsible for protecting and marking proprietary information at the appropriate level. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 4. Government Advisors: Respondents to this RFI are advised that proprietary, confidential, or privileged commercial data submitted as part of your response may be released to non-Government advisors supporting the Government in this acquisition. Although the Government's contracts with these advisors require non-disclosure agreements, please indicate in your response to this synopsis if your firm has objections to the use of these advisors. Specify the specific basis of the objection, and the specific portions that the respondent objects to disclosure to non-Government advisors. 5. Other Information The Government plans to post responses to questions that are broadly applicable to all potential offerors on the Federal Business Opportunities (FedBizOpps) website. The Government will provide a preliminary Technical Data Package (TDP), with applicable advisory documentation, upon request, to qualified manufacturers. The TDP is for the purpose of submitting the Statement of Capabilities only and no manufacturing is authorized using the preliminary TDP. The TDP is marked Distribution D - Distribution authorized to Department of Defense and U.S. DOD contractors only, critical technology 15 March 2019 (or the latest revision date) and contains technical data whose export is restricted by the arms export control act (Title 22, U.S.C 2751 ET SEQ) or the export administration act of 1979, as amended, title 50 U.S.C. Manufacturers must be registered with the Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp. The TDP will be sent directly to the contact listed under the applicable CAGE code/JCP certification number. All requests for the TDP and applicable advisory documents must be submitted to the contracting point of contact listed below. Note: Requests for drawings will NOT be accepted after 4:30 PM Central Time on the third full week after this synopsis is posted. An Ombudsman has been established for this-acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential sources should use established channels of PCO and buyer to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only: Lt Col Brian Miller, AFLCMC/AQ-AZ (937)255-5512 brian.miller.15@us.af.mil Routine communication concerning this synopsis should be directed to the primary point of contact listed in this notice. E-mail your Statement of Capability in either a PDF or MS Word format. Responses should be submitted to Mr. Terrance Patterson, Contract Specialist, by e-mail no later than 1:00 PM Central Time thirty days after the posting date of this synopsis at email address: terrance.patterson@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eae094d0626a2da132a6eb3514dbf7e2)
 
Record
SN05439138-W 20190912/190910231359-eae094d0626a2da132a6eb3514dbf7e2 (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.