SOLICITATION NOTICE
A -- Future Hypersonics Program
- Notice Date
- 8/5/2020 2:03:02 PM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA8682 AFLCMC EBJK EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- FA8682-20-R-0008
- Response Due
- 8/20/2020 2:00:00 PM
- Archive Date
- 09/04/2020
- Point of Contact
- Lanie C Bolin, Phone: 8508834059
- E-Mail Address
-
lanie.bolin@us.af.mil
(lanie.bolin@us.af.mil)
- Description
- Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC)/EBJK, 205 West D Avenue, Bldg 350, Eglin AFB, FL 32542. Notice of Contract Action (NOCA) - The Long Range Systems Division (AFLCMC/EBJ) intends to solicit proposals from and award contracts to limited sources for the subject effort to develop a solid-rocket boosted, air-breathing, hypersonic conventional cruise missile, air-launched from existing fighter/bomber aircraft. �The contracts will call for an initial effort to Systems Requirement Review, with an option for a follow-on effort that leads to a successful Preliminary Design Review, all within the approximate fifteen (15) month period of performance. �It is anticipated that the base contracts, with options, will be awarded in the 1QFY21. This effort will be awarded using other than full and open competition to Boeing Company (Phantom Works), Lockheed Martin Corporation (Advanced Development Programs), and Raytheon Company (Raytheon Missiles and Defense) under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� Boeing Company (Phantom Works), Lockheed Martin Corporation (Advanced Development Programs), and Raytheon Company (Raytheon Missiles and Defense) are the only firms that possess the necessary capability within the Air Force's time frame without causing an unacceptable delay in meeting the needs of the warfighter. Vendors other than the sources identified in this notice may submit a capability statement which shall be considered by the agency, but must respond within fifteen (15) days of this publication. In order for a vendor to be deemed qualified, its capability statement must demonstrate its capability in the following: sustained air-breathing hypersonic propulsion (ramjet, scramjet, or dual-mode), stable hypersonic aerodynamics, aero-thermal protection systems, solid rocket motors, warhead/missile integration, advanced hypersonic guidance, navigation, and control including advanced subsystem technologies and communications, and fighter/bomber weapon integration. �In order to meet system requirements, including kinematic specifications (speed, range, etc.) and aircraft carriage specifications (platform, weight, volume, loadout, etc), the identified propulsion scheme is a derived requirement. The small business size standard associated with NAICS 541715 (Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) is 1,250 employees. This NOCA neither constitutes a Request for Proposal (RFP) nor Invitation for Bid (IFB).� It does not restrict the Government to any specific acquisition approach and is not a commitment to a contract by the Government. An Ombudsman has been appointed to hear concerns from potential sources. The Ombudsman does not diminish the authority of the program manager or contracting officer but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting point of contact identified above. The Ombudsman is Ms. Jill Willingham-Allen, AFLCMC/AQP. She may be contacted at 312-785-5472. Responses for this effort shall be submitted in writing to Ms. Lanie C. Bolin, Contracting Officer,�e-mail: lanie.bolin@us.af.mil. Contracting Office Address: 205 West D Avenue, Bldg 350 Eglin AFB, Florida 32542 United States Primary Point of Contact: Lanie C. Bolin lanie.bolin@us.af.mil Phone: 850-883-4059
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e1d5596403234de69edca03f270509f6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05745744-F 20200807/200805230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |