Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOURCES SOUGHT

10 -- Wind Corrected Munition Dispensor Technical Support

Notice Date
6/8/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8213-11-R-3024
 
Archive Date
7/5/2011
 
Point of Contact
Sean M. Jones, Phone: 8017778403
 
E-Mail Address
sean.jones@hill.af.mil
(sean.jones@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS NOTICE ONLY For Engineering Services & Support WCMD)Wind Corrected Munition Dispenser Department of the Air Force Materiel Command, OO-ALC/GHGGB PURPOSE/DESCRIPTION This is a Sources Sought Synopsis. The U.S. Air Force is contemplating a sole source award to Lockheed Martin for technical support of the Wind Corrected Munitions Dispenser (WCMD) system produced by Lockheed Martin. The offeror must provide overall detailed technical support for WCMD systems in the Air Force Inventory. The technical support required includes WCMD aircraft integration, mission planning, flight test support, surveillance test support, and failure analysis as required for WCMD weapon systems. The technical data for the WCMD tail is proprietary to Lockheed Martin. The capability for this detailed technical support must begin 1 October 2011. There is no Government furnished equipment available for this effort. The offeror is responsible to provide all personnel, services, facilities, equipment, and materials to accomplish and perform all associated support tasks. WCMD - NSN 1325-01-548-6646 INFORMATION SOUGHT Interested companies are encouraged to respond to this announcement as soon as possible with a notice of interest and then follow up with complete response information. In the complete response, companies should provide a summary of their capabilities and their expected ability to meet the requirements above. Responses should include: a. Name and address of the contractor b. Point of contact including name, title, phone and e-mail address c. Size of the contractor, average annual revenue for the past three years and the number of employees d. Description of similar activities offered by the contractor that currently meet, or with modifications, might meet the above listed requirements e. Indication of an understanding of safety requirements f. Capability to provide support beginning 1 October 2011. g. Whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned company, Hub Zone Small business, veteran owned small business, or service disabled veteran owned small business. WHERE TO SUBMIT Submissions should be sent via e-mail (preferred), mail, or fax. Companies are encouraged to make submissions via e-mail or fax due to limitations on the postal system. E-mail submissions may include files in Microsoft Word format or Adobe Acrobat (*.pdf) format. WHEN TO SUBMIT Notices of intent to respond should be submitted no later than one week. Final submissions must be received not later than 10 working days from the date of this notice. Responses must clearly demonstrate the qualifications, capability and expertise of the vendor. Responses to this notice will be used as part of the market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Written responses may be sent to the Contracting Officer at OO-ALC/GHGKA, 6033 Elm Lane, Bldg 1247, Hill AFB, UT 84056-5825, Attn: Sean Jones (801)777-8403, or by E-Mail at sean.jones@hill.af.mil. Respondents are solely responsible for all expenses associated with responding to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. This sources sought is directed only to those vendors who believe that they would be capable of supporting this potential requirement as a prime contractor. Any information submitted by respondents to this notice is strictly voluntary. Also, in order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Notice Regarding Proprietary Information: All submitted materials will be designated for Government Use Only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8213-11-R-3024/listing.html)
 
Record
SN02466953-W 20110610/110608234430-fd28de052261cbeda1fbc43acc5774b0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.