SOURCES SOUGHT
13 -- GBU-57
- Notice Date
- 3/13/2024 1:33:37 PM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- FA8681 AFLCMC EBD EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- FA8681-24-Q-0008
- Response Due
- 3/21/2024 3:00:00 PM
- Archive Date
- 04/05/2024
- Point of Contact
- Catherine W. Hodge, Christy Cross
- E-Mail Address
-
catherine.hodge.2@us.af.mil, christy.cross.2@us.af.mil
(catherine.hodge.2@us.af.mil, christy.cross.2@us.af.mil)
- Description
- Notice Type: Sources Sought Solicitation Title: Modified Fuze Development DISCLOSURE:� This is a Sources Sought notice only.� This Sources Sought is for informational planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future.� This Sources Sought does not commit the Government to a contract for any supply or service.� Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this Sources Sought.� All costs associated with responding to this Sources Sought are solely at the responding parties� expense.� Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response.�� The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked or clearly identified.� Proprietary information received in response to this Sources Sought will be safeguarded and handled in accordance with applicable Government regulations.� Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement.�� The Government will not be obligated to pursue any particular alternative because of this Sources Sought.� Responses to the Sources Sought will not be returned.� Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued.� Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations, if issued. GENERAL AND BACKGROUND INFORMATION:� The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Direct Attack Division, Attack Munitions Branch is currently conducting market research seeking a 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 fuze development and integration into the components of the GBU-57 weapon system, to include integration and software modification within the KMU-612 tail-kit and the BLU-127 fuzing system. All interested vendors shall submit a response demonstrating their capability to provide any or all of the items to the Primary Points 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. The NAICS Code assigned to this acquisition is 332993, Ammunition (except Small Arms) Manufacturing, with a size standard of 1,500 employees.� 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. 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 10 single spaced, 12 point font typed 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 in PDF or MS Word format to Catherine Hodge, Contracting Officer by e-mail at catherine.hodge.2@us.af.mil Christy Cross, Contract Specialist at christy.cross.2@us.af.mil.� All correspondence sent via email shall contain a subject line that reads �Modified Fuze Development.�� 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 points 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 beta.sam.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. �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. Only Government employees will review submitted responses 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 contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 5:00 P.M. (Central Time) ON 21 March 2024.� Direct all questions concerning this requirement to Catherine Hodge at catherine.hodge.2@us.af.mil and Christy Cross at christy.cross.2@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2997b9aabed74985809c9b4b2d27c399/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06996129-F 20240315/240313230050 (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 |