MODIFICATION
14 -- Standoff Precision Guided Munitions
- Notice Date
- 1/21/2016
- Notice Type
- Modification/Amendment
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZJ - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA8656-17-D-00XX
- Archive Date
- 2/20/2016
- Point of Contact
- David Fondacaro, Phone: 8508820156, Arnette Robinson, Phone: 850-883-3933
- E-Mail Address
-
david.fondacaro.3@us.af.mil, arnette.robinson.3@us.af.mil
(david.fondacaro.3@us.af.mil, arnette.robinson.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Force Life Cycle Management Center, Rapid Acquisition Cell, Eglin AFB in support of USSOCOM Det 1,is seeking interested and qualified sources to provide powered Standoff Precision Guided Munitions (SOPGMs) in accordance with the attached draft Statement of Work (SOW) to support Overseas Contingency Operations (OCO) for combat employment on Special Operations Forces (SOF) platforms, including the AC-130W and AC-130J. The munition must be Technology & Integration Readiness Levels 9 and 5. The munition must be compatible with carriage and employment from the Common Launch Tube (CLT) (CLT specifications are authorized for distribution to DOD and US DOD Contractors only; please request specs through POCs below),have Non-Nuclear Munition Safety Board approval for carriage and release from these platforms, have demonstrated reliability greater than 90% and accuracy less than three meters (supported by 100 or more employments from operationally relevant conditions), and include operator selectable point detonate and height of burst fuze. The munition or a variant that uses the same major components (guidance, propulsion, flight controls, fuze, and warhead) must be compatible with internal and external carriage, and forward firing from airborne and surface platforms. The Government will not fund development, flight test required to establish the munition reliability and accuracy, environmental qualification, non-recurring actions required to obtain safety certification, and production start-up. The NAICS Code assigned to this acquisition is 336414, Guided Missiles, with a size standard of 1000 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Interested parties capable of performing the requirement should send their response to david.fondacaro.3@us.af.mil Contracting Office Information AFLCMC/PZJ Rapid Acquisition Cell 205 W. D Ave, Bldg 350, Ste 419 Eglin AFB, Florida 32542 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/532054fc171028f9535f190c27c74ed8)
- Record
- SN03998240-W 20160123/160121235037-532054fc171028f9535f190c27c74ed8 (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 |