Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOURCES SOUGHT

13 -- Igniter Safe & Arm Device (S&A) - Replenishment Spares

Notice Date
10/8/2021 10:35:03 AM
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
 
ZIP Code
84056-5837
 
Solicitation Number
FA8214IgniterSandA
 
Response Due
11/11/2021 2:00:00 PM
 
Archive Date
11/26/2021
 
Point of Contact
Shila Weese, Phone: 8015864939, Fax: N/A, Robert Fahrney, Phone: 8015869088
 
E-Mail Address
shila.weese@us.af.mil, robert.fahrney.2@us.af.mil
(shila.weese@us.af.mil, robert.fahrney.2@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS FOR Igniter Safe & Arm Device (S&A) Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM) Department of the Air Force, Air Force Materiel Command, AFNWC/NMSP BACKGROUND: �The Air Force (AF) is evaluating the need to obtain Igniter S&A devices as is currently used on the MMIII, and purchasing them as replenishment spares.� The AF would like to obtain information which would be applicable if it took the replenishment spares approach.� The purpose of this Sources Sought Synopsis is to obtain this information. � NOTICE: This is not a solicitation but rather a Sources Sought Synopsis.� Neither the release of this sources sought synopsis nor any responses to it guarantee a solicitation will be issued.� Rather, the purpose of this sources sought is to determine potential sources for information and planning purposes only.� A determination by the Government not to compete this solicitation is solely within the discretion of the Government. The first purpose is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be a full and open competition and/or a total small business set-aside.� The proposed North American Industry Classification Systems (NAICS) code is 336415 which has a size standard of 1,250 employees.� If an alternate NAICS code is recommended, please provide the recommendation in the response.� The AF will use this information to determine the best acquisition strategy for this procurement.� The AF is interested in all businesses to include Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.� The AF requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code (see the Section labeled �Responses� for response requirements).� Additionally, please provide any anticipated teaming arrangements.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The second purpose of this source sought synopsis is to obtain information about schedule, cost, and other aspects of this potential acquisition. DESCRIPTION:� The AF is evaluating the need for the procurement of Igniter S&As (Stock Number 1337-01-462-9623, Part Number KR80000-11) used on MMIII ICBM.� The Igniter S&A is a solid rocket motor ordnance component.� The Igniter S&A is a squib activated device that�s function is to interrupt or complete the ignition system firing circuits and prevent inadvertent ignition of the motor. The Igniter S&A replenishment would procure the current Igniter S&A configuration. �The Government�s Technical Data Package consists of the specification and majority of the drawings, but is missing manufacturing processes.� The manufacturing of the Igniter S&A will require obsolescence mitigation.� �CAPABILITIES:� Must provide evidence of capability to manufacture the Igniter S&A Demonstrate successful completion of programs similar to the Igniter S&A Must demonstrate experience resolving problems revolving around requirements for obsolescence mitigation Must demonstrate capabilities to resolve problems with material and process discrepancies during development and manufacturing of items similar to the Igniter S&A Company recommended to have qualifications and employees that have worked with electromechanical and ordnance device manufacturing� Must have the ability to obtain equipment (if not already possessed) and material to manufacture the Igniter S&A Must have or demonstrate a quality management system Must demonstrate capability and expertise for schedule adherence while addressing technical challenges Must be able to perform qualification testing, or have a capable source to sub-contract testing �ADDITIONAL QUESTIONS: Provide estimate for schedule length from Contract Award to Qualification (including delivery of initial spares) Include first asset delivery and time required to mitigate obsolescence, any process improvements, and allow for long lead items Identify any critical manufacturing elements Devices shall be compatible with the existing AF test equipment.� Provide the number of existing test sets that would need to be provided as Government Furnished Equipment Provide information on ISO 9001 certification, or equivalent system Provide estimated cost range such as a Rough Order of Magnitude (ROM) from Contract Award to Qualification and estimated production costs The AF estimates the use of 35 Igniter S&As for Qualification testing.� Industry can propose a different quantity based on experience The AF estimates the need for up to 240 Igniter S&As as initial spares RESPONSES: Responsible and capable sources may identify their interest by providing a white paper capability statement (limited to 10 pages) with sufficient information to substantiate respondents have all of the capabilities listed in Capabilities and answering all of the AF questions. � ADDITIONAL NOTICES: Neither the release of this sources sought synopsis nor any responses to it guarantee a solicitation will be issued.� A determination by the AF not to compete this solicitation is solely within the discretion of the AF.� The AF will not pay for either the effort or the associated costs to respond, or for any information provided.� ELIGIBILITY REQUIREMENT: The distribution of the draft specification and top level drawings is limited to contractors with a DD 2345 certified by the Defense Logistics Information Service, Joint Certification Program (1-877-352-2255) and who have a legitimate business purpose. As such, the draft specification and top level drawings cannot be provided to a contractor without a certification. Contractors who would like to become certified can find the form and instructions at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Interested parties are advised that certification of a DD Form 2345 may take time, so completion and submission of that form as soon as possible is highly recommended.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5722c1959ad748c0bd6b6a2fe3d0970c/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06154928-F 20211010/211008230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.