SOLICITATION NOTICE
15 -- Advanced Raptor Enhancement & Sustainment (ARES)
- Notice Date
- 8/19/2020 10:34:36 AM
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8611 AFLCMC WWUK WRIGHT PATTERSON AFB OH 45433-7424 USA
- ZIP Code
- 45433-7424
- Solicitation Number
- FA8611-21-R-TBD1
- Response Due
- 9/3/2020 11:00:00 AM
- Archive Date
- 09/18/2020
- Point of Contact
- Captain Joshua Cissell, Phone: (937)713-7512, Clay Wells, Phone: (937)713-7476
- E-Mail Address
-
Joshua.Cissell@us.af.mil, Clay.Wells.1@us.af.mil
(Joshua.Cissell@us.af.mil, Clay.Wells.1@us.af.mil)
- Description
- This announcement constitutes a pre-solicitation synopsis and serves as market research in accordance with FAR Part 10. �This synopsis is issued solely for information and planning purposes. �The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources - THIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is not to be construed as commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information of responses submitted as the result of this synopsis.� The Department of the Air Force, Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Fighters & Advanced Aircraft Directorate (AFLCMC/WA), F-22 Program Office (AFLCMC/WAU), Wright-Patterson Air Force Base, Ohio (WPAFB) intends to acquire the lead integrator responsibilities for the following efforts on a sole source basis from Lockheed Martin Aeronautics (LMA):� Enterprise management Studies, analyses, and demonstration projects Modernization hardware development Modernization hardware kit procurement Support to Combined Test Force & system labs Trainers modernization and sustainment Flight software modernization and sustainment The proposed contract is a follow-on effort to the Raptor Enhancement, Development, and Integration II (REDI II) contract and will satisfy future modernization requirements, enterprise management, and select sustainment requirements to improve efficiencies within the F-22 program. �It is contemplated that the ID/IQ contract will be awarded by June 2021 with a base ordering period of 5 years and a 5 year option.� LMA is the sole designer, developer, and manufacturer of the F-22 Raptor, and is the only firm that possesses the necessary knowledge, experience and technical data required to perform these efforts. Because only one responsible source is available and no other type of supplies or services will satisfy agency requirements, the Government intends to award the effort pursuant to the authority of 10 U.S.C.2304 (c)(1) as implemented by FAR 6.302-1. TECHNICAL DATA IS NOT AVAILABLE FOR THESE REQUIREMENTS The National American Industry Classification System (NAlCS) code for this procurement action is 336411. Please indicate number of employees relative to the size standard of 1,500 for determination of small business status. If a contractor believes that they have the capability and are qualified to meet the government's requirement, please respond to this pre-solicitation synopsis with a capabilities package.�� Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The package shall include the following information: 1. Name of Company 2. Address 3. Point of Contact (to include phone number and email address) 4. Recent, relevant experience in all areas should be provided 5. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone) 6. Company Size and CAGE code 7. If your company is domestically or foreign owned (if foreign, please indicate the country of ownership)� An Ombudsman has been established for this-acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential sources should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. �Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only: Col Sean Tucker, AFLCMC/AQ-AZ (937)255-5512 sean.tucker.1@us.af.mil Routine communication concerning this synopsis should be directed to the primary point of contact listed in this notice. Annual appropriations are anticipated as the funding source. �THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR AN INVITATION FOR BID (IFB) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. �Interested sources are required to respond within 15 days of this posting with a statement of capabilities and the requested information.� Point of Contact Captain Joshua Cissell Contract Negotiator Joshua.Cissell@us.af.mil (p) (937)713-7512 Secondary Point of Contact Clay Wells Contracting Officer Clay.Wells.1@us.af.mil (p) (937)713-7476
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7121168e63414107a4a725719669a018/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05765382-F 20200821/200819230202 (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 |