SOLICITATION NOTICE
A -- ARFL Gray Wolf Cruise Missile Science and Technology Demonstration Program
- Notice Date
- 9/21/2016
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RWK - Eglin (FA8651), 101 W Eglin Blvd, Ste 337, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- BAA-AFRL-RWK-2017-0002
- Archive Date
- 10/20/2016
- Point of Contact
- Jane Ellison, Phone: 8508823657
- E-Mail Address
-
jane.ellison@us.af.mil
(jane.ellison@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF CONTRACT ACTION (NOCA) BROAD AGENCY ANNOUNCEMENT (BAA) * BAA-AFRL-RWK-2017-0002 Design, develop, manufacture, and test prototype affordable sub-sonic tactical cruise missiles for AFRL Gray Wolf Cruise Missile Science and Technology Demonstration Program BROAD AGENCY ANNOUNCEMENT TITLE : Design, develop, manufacture, and test prototype affordable sub-sonic tactical cruise missiles for AFRL Gray Wolf Cruise Missile Science and Technology Demonstration Program BROAD AGENCY ANNOUNCEMENT TYPE: Notice of Contract Action (NOCA) BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-AFRL-RWK-2017-0002 CLASSIFICATION CODE: A (R&D) NACIS CODE: 336414 TECHNICAL POC: Norma Taylor, Program Manager, AFRL/RWPB, (850) 883-2723, norma.taylor@us.af.mil Postal Delivery Address: 101 West Eglin Blvd (Bldg 13), Eglin AFB, FL 32542 CONTRACTING POC: Jane Ellison, Contracting Officer, AFRL/RWK, (850) 882-3657, jane.ellison@us.af.mil Beverly Williams, Contracts Specialist, AFRL/RWK, (850) 883-2669, beverly.williams.1@us.af.mil Postal Delivery Address: 203 West Eglin Blvd (Bldg 300), Eglin AFB, FL 32542 ******This announcement does not request any white papers or proposals at this time****** The following topic is an anticipated requirement for AFRL/RWK. A BAA requesting proposals for this topic is anticipated to be published between November and December 2016. Program Description: The objective of this contract is to conduct Research and Development to advance and mature the Air Force Research Laboratory's (AFRL) portfolio of design, develop, manufacture, and test prototype affordable sub-sonic tactical cruise missiles employed in networked, collaborative operations in support of defeating enemy Integrated Air Defense System (IADS) in highly contested environments. The program is a spiral development effort, using open architectures and a modular design to enable testing of multiple variant full-scale prototypes. Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throughout the lifecycle of any potential contract. Program Security Requirements: Portions of this program will be classified at the SECRET level and a DD Form 254 will apply to the awarded contract. The Government would like to share draft Annexed documents with industry, PRIME CONTRACTORS ONLY, for comment, but in order to do so offerors must meet Facility Clearance at the SECRET level with Defense Security Service (DSS) in order to access to draft Annexed documents. Request for Annexed Documents: To receive draft Annex documents, the offeror must be certified to receive military critical technical data under the US/Canada Joint Certification Program (JCP) ( www.dlis.dla.mil.jcp ). To request draft Annexed documents, forward a written request for release of export-controlled data related to Jane Ellison at jane.ellison@us.af.mil. For those prime contractors that attended Industry Days 30 Aug - 1 Sep 2016 contact Jane Ellison for verification. Prime Contractors must request documents within 15 days of this announcement to request annexed documents. ITAR : International Traffic in Arms Regulations and Public Law 98-94 (export control) will apply to this effort. The contractor may be required to deliver hardware, software, and associated data developed and utilized in the development of any resulting contract. It is anticipated that a BAA providing details into this program will be released between November and December 2016; portions of the BAA will be made available at www.fbo.gov. Any questions may be directed to the contracting or technical points of contract listed in the announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a3d61c087bd5d85676369d60c348ed7)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN04282949-W 20160923/160922000202-7a3d61c087bd5d85676369d60c348ed7 (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 |