Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOURCES SOUGHT

14 -- Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)

Notice Date
12/17/2024 11:14:58 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
FA8556 AFLCMC EBGK COM ROBINS AFB GA 31098-1811 USA
 
ZIP Code
31098-1811
 
Solicitation Number
FA8556-25-X-0001
 
Response Due
1/21/2025 12:30:00 PM
 
Archive Date
02/05/2025
 
Point of Contact
Ivan Jones, Phone: 2024457870, Jeremy Nable, Phone: 478-319-9426
 
E-Mail Address
ivan.jones.2@us.af.mil, jeremy.nable@us.af.mil
(ivan.jones.2@us.af.mil, jeremy.nable@us.af.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION/SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. NO solicitation exists. This is NOT a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. The purpose is solely to identify potentially capable sources which can provide production, sustainment, services and integration of listed capabilities. The United States Air Force (USAF), through the Air Force Life Cycle Management Center (AFLCMC) has a requirement to address obsolescence within AMRAAM missiles. The AMRAAM Program Office supports USAF, USN, and International (FMS) customers. A more detailed breakout of fundamental requirements includes: AMRAAM Missile Obsolescence: Redesign through delivery of Proof of Manufacturing representative articles for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) components. This also includes the engineering, program management, and other direct support necessary to execute a contract with sufficient technical scope to redesign the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE). Projected Period of Performance is 50 months. If a prospective offeror believes they can satisfy all or some aspects of these requirements to provide AMRAAM component redesign efforts as specified above and with no degradation to the AMRAAM weapon system, its performance or fielding/testing schedule, they should respond to this SSS. If your company cannot perform all the requirements, provide details (teaming arrangements etc.) on the portions which you CAN perform. Capabilities Package We invite all prospective offerors to submit a capabilities package. Marketing materials alone are considered insufficient. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet all stated requirements (or clearly demonstrate an ability to completely meet the portion the firm is able to do) and any additional pertinent capabilities as discussed in this SSS. The package shall also include the following information and address the questions below: FAILURE TO ANSWER ALL QUESTIONS OR PROVIDE ALL THE INFORMATION BELOW WILL BE CONSIDERED AN INSUFFICIENT RESPONSE Company/Institute Name: Address: Point of Contact (to include phone number and email address): CAGE Code (as applicable): Web Page URL: Size of business pursuant to NAICS Code 336414, Producing complete guided missiles and space vehicles Based on the above NAICS Codes, state whether your company is: Type Status Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified SBA Certified Date: Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified SBA Certified Date: SBA Certification Date: SBA Graduation Date: All prospective offerors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Both NAICS codes for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. Please state whether or not these NAICS codes are included in the company�s SAM listing. 1. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? 2. Does your firm have any knowledge of, or past experience with the AMRAAM including the various fielded configurations of missiles (CATM�s, AAVIs, STVs, etc.), test equipment necessary to deliver compliant hardware and/or technical reports, or other AMRAAM related engineering efforts? (If so, please include past performance ratings/evaluations such as Contract Performance Assessment Ratings, Award Fee Determinations, or similar contract incentives to verify this assertion) 3. Does your firm have qualified personnel and facilities available to support onsite missile production, depot level repair, to include supply of AMRAAM spares and AMRAAM hardware/software? 4. Does your firm have specific knowledge/expertise of AMRAAM, and/or history of providing AMRAAM sustainment support, AMRAM materiel support (hardware/software), AMRAAM management activities, AMRAAM on-site support, AMRAAM training in direct support of the AMRAAM weapons system? 5. Can your firm design, test, manufacture, deliver and sustain AMRAAM air vehicles and components provide support to the USAF, USN, and International Partners to current design and specification requirement? 6. Can your firm support the ongoing sustainment of the production and fielded configurations of the AMRAAM missile variants and the continuing integration of new components from a DMSMS perspective? This includes both hardware modifications of the fielded design, update of existing system hardware/software, and retrofit of new capabilities into the fielded systems. 7. Is your firm interested in the requirement as a potential prime contractor or as a subcontractor? Will your firm be in a teaming arrangement or be a part of a joint venture? 8. Does your firm have adequate financial resources to perform the contract, or the ability to obtain them? 9. Is your firm able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments? 10. Does your firm have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 11. Is your firm otherwise qualified and eligible to receive an award under applicable laws and regulations? This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. Direct and succinct responses to the request above addressing the particular requirements are preferred. Please limit complete responses to 10 pages. The font shall be Times New Roman and no smaller than 10 point with at least a one-inch margin. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment. There is no restriction on who can respond to this SSS. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d99c62d9bbe436583b44c1d24568df7/view)
 
Place of Performance
Address: Tucson, AZ 85734, USA
Zip Code: 85734
Country: USA
 
Record
SN07295188-F 20241219/241217230125 (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.