Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2025 SAM #8643
SOLICITATION NOTICE

R -- Air-Launched Cruise Missile (ALCM) Inertial Navigation Element (INE) Engineering Services Contract Modification

Notice Date
7/24/2025 10:48:19 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8128 AFNWC PZN TINKER AFB OK 73145-9093 USA
 
ZIP Code
73145-9093
 
Solicitation Number
FA8128-21-D-0001
 
Response Due
8/8/2025 3:00:00 PM
 
Archive Date
08/09/2025
 
Point of Contact
Joshua W. Palmer, Phone: 4057398829, Devin McLelland, Phone: 4057398851
 
E-Mail Address
joshua.palmer.10@us.af.mil, devin.mclelland@us.af.mil
(joshua.palmer.10@us.af.mil, devin.mclelland@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Synopsis Reference Number: FA8128-21-D-0001 Synopsis Issue Date: 24 July 2025 NAICS: 541330 Product or Service Code: R425 Contracting Office Address: 7330 Sentry Drive, Bldg 469, Tinker AFB, OK 73145 Proposed Solicitation Number: N/A Estimated Issue Date of Solicitation: N/A Estimated Solicitation Response Date: N/A Point of Contact: Joshua Palmer, Contracting Officer, AFNWC/PZNT, joshua.palmer.10@us.af.mil Contract Award Number: FA8128-21-D-0001 Estimated Contract Total Value: $34,000,000.00 Contract Award Date: 4 March 2021 Contractor: Northrop Grumman Systems Corporation (CAGE 06481) Description: The United States Air Force (USAF) has a requirement for engineering services (recurring and non-recurring) in support of the Air-Launched Cruise Missile (ALCM) Inertial Navigation Element (INE). This requirement is currently being met by the Northrop Grumman Systems Corporation under Contract FA8128-21-D-0001. Recently, it was discovered an out-of-scope change to the contract would be necessary to continue supporting the USAF�s overall mission. This change is projected to increase the overall estimated contract value for Contract FA8128-21-D-0001 to ~$34,000,000.00. The period of performance is expected to extend by three (3) one-year ordering periods, for a total period of performance of ten (10) years. The Government does not have the associated technical data to provide to potential sources. Consequently, potential sources for this effort typically would be companies which have a license or agreement with the Original Equipment Manufacturer (OEM) Northrop Grumman Services Corporation to complete the work described, including military-specific modifications. 16. Qualification Requirements: Sources must be qualified prior to being considered for award. Qualification requirements are available for this acquisition. Source Approval Request (SAR) packages and SAR-process questions should be submitted to the AFSC Small Business Office at: AFSC/SB 3001 Staff Drive, Suite 1AG 85A Tinker AFB, OK 73145-3009 Email: afsc.sb.workflow@us.af.mil 17. Mandatory Language: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will 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. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Authority is 10 U.S.C. � 2304. This synopsis is determined to meet the conditions prescribed in FAR 5.101(a)(1), FAR 5.203(a), and FAR 5.207. Future contract action notifications and/or announcements will be conducted after award, in accordance with all FAR/DFARS/DAFFARS guidance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/69f8525a9783439c8954c423b77db0e7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07522654-F 20250726/250724230047 (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.