Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOURCES SOUGHT

13 -- SMALL DIAMETER BOMB INCREMENT II (SDB II) PRODUCTION LOTS 12-24

Notice Date
2/29/2024 9:55:34 AM
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
FA8672 AFLCMC EBDM EGLIN AFB FL 32542-5415 USA
 
ZIP Code
32542-5415
 
Solicitation Number
FA8672-26-R-0001
 
Response Due
4/1/2024 1:00:00 PM
 
Archive Date
06/01/2024
 
Point of Contact
Chris Laffitte, Phone: 8508833096, Linda V. Smith, Phone: 8508832916
 
E-Mail Address
chris.laffitte@us.af.mil, linda.smith.34@us.af.mil
(chris.laffitte@us.af.mil, linda.smith.34@us.af.mil)
 
Description
The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Attack Division, Attack Munitions Branch (EBDA) is currently conducting market research seeking capabilities statement 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 providing/performing Small Diameter Bomb Increment II (SDB II) follow-on production for Lots 12- 24, FY26-38 for US and Foreign Military Sales (FMS) customers. � The contractor shall provide an SDB II-like weapon (GBU-53/B) with the capability to be in production in FY2026 with the following approximate dimensions and characteristics: 70 inches length, 7 inches diameter around the multi-mode seeker, and weight of 250 pounds.� The weapon shall communicate with its controller by way of tactical, line-of-sight Link 16 or UHF data link networks.� The SDB II shall include three sensors (millimeter-wave radar, uncooled imaging infrared and semi-active laser) and have the capability to attack mobile, land, or sea-based targets, tracked or wheeled vehicles, through adverse weather with standoff capability outside of point defenses while retaining legacy SBD I weapon capability of Global Positioning System (GPS)/Inertial Navigation System, and precision laser-guided attack.� The weapon must be integrated on USAF F-15E Suite 9.1 Operational Flight Program (OFP) aircraft and a BRU-61A/A smart rack and be system integrable with the F-35B Block 4 OFP, F-35C Block 4 OFP, F/A-18E/F H20 OFP or currently approved/fielded Aircraft OFP software.� The weapon must also be integrable on the Department of Navy (DoN) Miniature Munitions Bomb Rack Unit, BRU-61C/A, in development. �The weapon must also be exportable to US allies.� The weapon must be Military Code (M-Code) capable of adhering to Congressionally mandated M-Code GPS capability and National Security Agency (NSA) Cryptographic Modernization mandate.� Requirements include but are not limited to all efforts related to SDB II production and will require the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, management, supervision, other items and non-personal services necessary to perform SDB II Production.� Under the contemplated contract, the contractor will be required to produce approximately up to 2240 weapons annually in Lots 12 through 24 with individual contracts of 30-months period of performance with the first unit of a given lot being delivered within 18 months of contract award and the last unit being delivered within 12 months of the first.� The estimated quantity for production Lots 12-24 is 20,000.� The SDB IIs shall have 20-year life cycle.� The SDB II Original Equipment Manufacturer (OEM) will not provide SDB II equipment, supplies, materials or a build-to Technical Data Package (TDP) for this system.� The Government is unable to provide any assets or a build-to TDP. All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below.� Proposals are not being requested nor accepted at this time.� As stipulated in FAR 15.201(e), �Responses to these notices 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. The North American Industry Classification System (NAICS) Code assigned to this acquisition is 332993, Ammunition (Except Small Arms) Manufacturing, with a size standard of 1500 persons.� Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or 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.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� 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. 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.� 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.� The response must not exceed 15 pages.� Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.� This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: chris.laffitte@us.af.mil.� All correspondence sent via email shall contain a subject line that reads �SDB II, Lots 12-24 Production�.� �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, .docx, or .xlsx documents are attached to your email.� All other attachments may be deleted.� RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 1 April 2024.� Direct all questions concerning this requirement to chris.laffitte@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29e9656056f84a48a8523256b57cae73/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06982454-F 20240302/240229230107 (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 |
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.