SOLICITATION NOTICE
J -- Notice of Contract Action - Massive Ordnance Penetrator (MOP) Sustainment
- Notice Date
- 8/24/2015
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- 15MOPCLS
- Archive Date
- 9/24/2015
- Point of Contact
- Anthony W. Porter, Phone: 8508833670, Scott A. Schneider, Phone: 8508832373
- E-Mail Address
-
anthony.porter.7@us.af.mil, scott.schneider@us.af.mil
(anthony.porter.7@us.af.mil, scott.schneider@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Notice of Contract Action (NOCA) and is not a Solicitation or Request for Proposal (RFP). Responses to this NOCA are strictly voluntary with no cost or obligation to be incurred by the Government. The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division, Hard Target Munitions Branch intents to award a sustainment contract for up to three (3) years to the Boeing Company located at 6200 James S Mcdonnell Blvd, Saint Louis, MO 63134 in support of the GBU-57 Massive Ordnance Penetrator (MOP) system. The GBU-57 system is composed of BLU-127 warhead, KMU-612 tailkit, BRU-72/B bomb rack systems, ADU-916/E MOP Loading Adaptor, MXU-1012/B separation nuts, ground support equipment, separation nut simulators and associated training items. The Period of Performance is expected to be approximately January 2016 through January 2019. The North American Industry Classification System (NAICS) Code for this effort is 334511; with a small business size standard of 750 employees. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This NOCA neither constitutes a Request for Proposal (RFP) or Invitation for Bid (IFB), nor does it restrict the Government to any specific acquisition approach. This NOCA is for information and planning purposes only and is not to be construed as a commitment to a contract by the Government. The contractor shall: (a) provide technical engineering support for the resolution of GBU-57 system issues; (b) develop a plan, process, and product to assess safety, reliability, logistics and provisioning support for the GBU-57 system; (c) functionally test, troubleshoot, and provide depot level repair of the GBU-57 system; (d) provide updates to the source data for MOP related technical orders; (e) respond with personnel support within 24 hours of notification from the MOP PCO for support; and (f) provide engineers and technicians with a SECRET level clearance in accordance with Industrial Security Manual (DoD 5220.22M) by contract award. Furthermore, the Statement of Capability should provide evidence that the contractor has: (a) engaged in this type of weapon contractor support for at least 2 years; (b) successfully managed and maintained professional support to customers for at least 2 years [submit names, addresses, and phone numbers of references and a point of contact for each]; (c) possesses or has access to the necessary equipment, data, personnel, repair facilities and financial resources to fulfill the requirements of efforts to support the MOP Weapon System; and (d) the experience and capability to accomplish the systems engineering, maintenance and repair efforts required for the MOP Weapon System. In addition to the technical challenges of this planned contract, proprietary data is involved for which the Government has only limited rights. Therefore, the Government does not possess, and will not be able to provide a technical data package to potential offerors relative to the GBU-57 MOP system. An Ombudsman has been appointed to address concerns of potential sources. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting point of contact identified below. The Ombudsman is Ms. Jill Willinghamallen, AFLCMC/AQP, phone 937-255-5472. Interested and capable sources are encouraged to respond to this synopsis with a Statement of Capability. In addition to a Statement of Capabilities, firms responding to this announcement should include company name, CAGE code, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUBZone small business, small disadvantaged business, or women-owned small business. Please limit your Statement of Capability to no more than 10 single spaced, 10 point font typed pages. If e-mailing your Statement of Capability, please send it in a PDF or MS Word format. Responses should be submitted to Capt Scott Schneider, Contracting Officer by e-mail at scott.schneider@us.af.mil or Anthony Porter, Contract Specialist at anthony.porter.7@us.af.mil no later than September 09, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/93b869892c8ed56779145df29445dd9f)
- Place of Performance
- Address: Boeing Company, 6200 James S Mcdonnell Blvd, Saint Louis, Missouri, 63134, United States
- Zip Code: 63134
- Zip Code: 63134
- Record
- SN03852276-W 20150826/150824235325-93b869892c8ed56779145df29445dd9f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |