SOURCES SOUGHT
10 -- Hypersonic, Conventional Air-Launched, Strike Weapon
- Notice Date
- 6/29/2017
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin (Legacy), 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- FA8682-18-R-0003
- Archive Date
- 7/29/2017
- Point of Contact
- Lanie C. Bolin, Phone: 8508833060
- E-Mail Address
-
lanie.bolin@us.af.mil
(lanie.bolin@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of accomplishing systems integration of all the elements of a hypersonic, conventional air-launched, strike weapon from existing fighter/bomber aircraft and all respective operations/mission planning and sustainment efforts to include operational safety, suitability, and effectiveness. Qualified vendors must be skilled in design, qualification, component/subsystem testing of the critical elements of the hypersonic missile in representative operational conditions. Qualified vendors must be capable in the following fields: hypersonic aerodynamics, aero-thermal protection systems, solid rocket motors, warhead/missile integration, advanced hypersonic guidance, navigation, and control, and aircraft integration. This new weapon system must be designed and analyzed for rapid development and fielding. All interested vendors shall submit a response demonstrating their capability to provide hypersonic missiles to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. 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. The NAICS Code assigned to this acquisition is 336414, Guided Missile and Space Vehicle Manufacturing, with a size standard of 1250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (e.g., SB, 8(a), HUBZone, EDWOSB, WOSB, 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. 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. 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. Responses may be submitted electronically to the following e-mail address: lanie.bolin@us.af.mil. All correspondence sent via email shall contain a subject line that includes the Solicitation Number. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractor employees have signed nondisclosure agreements to protect proprietary information. Any vendor requiring a company-to-company nondisclosure agreement should contact the PCO prior to submitting a capability statement. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 14 JULY 2017. All questions concerning this requirement need to be submitted in writing to the PCO, Lanie C. Bolin, at lanie.bolin@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8682-18-R-0003/listing.html)
- Record
- SN04562193-W 20170701/170629234905-7cf646d248190a722251b5bdfebb8316 (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 |