Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOURCES SOUGHT

J -- Engineering Services and Repair for Paveway - Detailed Sources Sought

Notice Date
4/9/2018
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8213-18-R-REES
 
Archive Date
5/24/2018
 
Point of Contact
Kellee Grose, Phone: 8017774245, Allison Kruse, Phone: 8015866015
 
E-Mail Address
Kellee.grose@us.af.mil, allison.kruse@us.af.mil
(Kellee.grose@us.af.mil, allison.kruse@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
A copy of the whole SSS to include a table with possible items for repair. SOURCES SOUGHT SYNOPSIS FOR Engineering Services Support and Contract Repair- BOA US Air Force (USAF), US Navy (USN) and/or Foreign Military Sales (FMS) Department of the Air Force, Air Force Materiel Command, AFLCMC/EBHGC Sources Sought Synopsis Number: FA8213-18-R-REES Notice Type: Sources Sought SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 332993 which has a corresponding size standard of 1500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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. 2. PROGRAM DETAILS: The United States Air Force (USAF) is seeking potential contractors to conduct Engineering Support Services and contract repair for Paveway Laser Guided Bomb (LGB) and GPS/Laser Guided bomb systems. These support services include repair support, Engineering Evaluations/Investigations per Systems Evaluation Program (SEP) requirements, US Government initiated improvements/investigations, Telemetry Kit data, weapon accuracy issues, Technical Order source data, contractor supported field or testing identified issues, Weapon System Evaluation Program (WSEP) support, Discrepancy Report (DR) investigation/evaluation, flight test support including release envelope analysis, and Operation Flight Program (OFP) update support, weapon software support, Aging and Surveillance investigations/evaluations. 2.1. The anticipated contract will be a five (5) year effort. This anticipated contract will support USAF, USN, FMS customers and other US Government projects. Reverse engineering or repair projects will not be included in this contract. The following table are the items that will require repair for this effort. Noun National Stock Number PART NUMBER WGU-39/B 1325 01 356 1432 3125551-1 WGU-39/B 1325 01 524 4496 3125551-3 WGU-39A/B 1325 01 454 7237 3177647-1 WGU-36A/B 1325 01 386 1096 3162725-1 WGU-36B/B 1325 01 463 0555 3229079-1 WGU-36D/B 1325 01 530 2364 2252747-1 WGU-36E/B 1325 01 564 7757 2278365-1 MAU-169H/B 1325 01 440 9153 3180374-2 MAU-210G/B 1325 01 662 5517 2304626-3 WGU-43C/B 1325 01 487 5456 2229896-1 WGU-43A/B 1325 01 393 7452 3167326-1 INSTRUCTION: 1. Provide relevant experience to include performing engineering, manufacturing, inspection, and testing of similar items in the last 3 years. 2. Company Profile will include the following: A. Number of employees. B. Office Location C. CAGE Code D. DUNS Number E. Small Business designation/status claimed F. Proposed NAICS code for work (if different then 332993) 3. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government does not have funds available to support second source qualification efforts. Offerors must possess access to all appropriate data. Raytheon Missile Systems has the capability and drawings for the items listed above, and the US Government does not own or have the rights to use the data required to manufacture these devices. Interested offerors shall respond to this Source Sought Synopsis no later than 2:00 PM MST 9 May 2018. 4. Questions regarding this market survey should be addressed to Kellee Grose, (801) 777-4245 or via email at kellee.grose@us.af.mil or Capt. Allison Kruse (801) 586-6015 or via email at Allison.Kruse@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8213-18-R-REES/listing.html)
 
Place of Performance
Address: BLDG 1257, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04882450-W 20180411/180409230545-0fa56aebef2348fe47dadf8cfa782ed7 (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.