SOURCES SOUGHT
10 -- MOP Warhead Cases (AF96 Steel)
- Notice Date
- 11/28/2016
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- 17MOPAF96
- Archive Date
- 1/12/2017
- Point of Contact
- Stephanie R Mills, Phone: 8508832373, Douglas Cornelius, Phone: 8508831665
- E-Mail Address
-
stephanie.mills@us.af.mil, douglas.cornelius@us.af.mil
(stephanie.mills@us.af.mil, douglas.cornelius@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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, Hard Target Munitions Branch is currently conducting market research seeking capabilities statements 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 the BLU-127 Massive Ordnance Penetrator (MOP) warhead case(s) made from AF96 steel. All interested vendors shall submit a response demonstrating their capability to fabricate and deliver an empty BLU-127 warhead case in accordance with the specification/drawing using AF96 steel as a suitable substitute for the current steel to the Primary Points of Contact listed below. Furthermore, responses should provide evidence that the contractor has: (a) engaged in this type of weapon manufacturing for at least 2 years; (b) successfully managed and maintained manufacturing for 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, manufacturing facilities and financial resources to fulfill the requirements of efforts of this type; and (d) the experience and capability to accomplish the manufacturing efforts required for a similar weapon system. The response must show high level manufacturing processes and techniques that clearly demonstrate the source's understanding of metallurgical and engineering aspects of fabricating large cases such as the BLU-127. 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 Government does not possess and will not be able to provide a full technical data package relative to the BLU-127. However, the Government can provide the drawings and specifications upon request to prospective contractors that are registered in the Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp. Drawings will only be sent to those contractors that are active in the JCP and will only be sent directly to the contact listed under the applicable CAGE code/JCP certification number. Note: Requests for drawings will not be accepted after 4:30 P.M. Central Time on Wednesday, 21 December 2016. 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. 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 10 single spaced, 10 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 Stephanie Mills, Contracting Officer by e-mail at stephanie.mills@us.af.mil or 2d Lt Douglas Cornelius, Contract Specialist at douglas.cornelius@us.af.mil. All correspondence sent via email shall contain a subject line that reads "17MOPAF96." 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 FedBizOpps.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; a bid package or solicitation does not exist at this time. 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 2:00 P.M. (Central Time) ON 28 DECEMBER 2016. Direct all questions concerning this requirement to Stephanie Mills at stephanie.mills@us.af.mil or 2d Lt Douglas Cornelius at douglas.cornelius@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bf4cb5995aff3097578eb629534e16ae)
- Record
- SN04336709-W 20161130/161128233834-bf4cb5995aff3097578eb629534e16ae (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 |