Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
SOURCES SOUGHT

15 -- B-52 and Long Range Stand Off (LRSO) Cruise Missile (CM) Integration

Notice Date
4/4/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZNE - Eglin, 207 W D Ave, Bldg 349, Ste 626, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2103-17-C-XXXX
 
Archive Date
5/3/2017
 
Point of Contact
Robert M. Scott, Phone: 850-882-9507
 
E-Mail Address
robert.scott.11@us.af.mil
(robert.scott.11@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business. The United States Air Force, through the Nuclear Weapons Acquisition Division at Eglin AFB (AFNWC/NDBD) and in partnership with the Oklahoma City Air Logistics Center (OC-ALC), is conducting market research to identify potential business sources interested in providing LRSO and B-52 design, manufacture, and integration support through development and sustaining engineering, program management, and logistics services. The B-52 and LRSO Integration Contract may involve recurring and non-recurring design, manufacture, and integration engineering, logistics, and program management services for both the platform and the cruise missile. Contractual requirements will include systems engineering support, detailed design engineering, design change analyses, system and subsystem integration, technical analyses, drawing and technical data maintenance, software development, maintenance, and support; technical order development, maintenance, and updates; Government Furnished Property maintenance, Engineering Change Proposal preparation and submission, flight safety analyses, reliability and maintainability analyses, ground and flight test support, program analyses, design study preparation, cost estimation, schedule development, accident investigation, engineering feasibility studies, material deficiency report analyses, field problem investigation, failure analyses, and in-flight emergency response. Qualified contractors must have expertise in all aspects of B-52 design, structures, engineering, configuration, sustainment, aerodynamics, propulsion, electronics, hardware, software, support equipment, training devices, system integration, and cruise missiles. Contractors must obtain access to B-52 design, engineering, qualification, test, reliability, and configuration data. Contractors must have suitable facilities, tools, equipment, and personnel to provide all B-52 and LRSO design, manufacture and sustainment engineering services. Contractors must have the ability to receive, generate, and store TOP SECRET materials, to include hardware, software, and documentation. 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 336411, Aircraft Manufacturing, with a size standard of 1500 persons. Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; average annual revenue for past 3 years and number of employees; ownership ; whether they are large, small, small disadvantaged, 8(a), HUBZone, EDWOSB, SDVOSB and/or WOSB ; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). 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 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. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it into our document with our market research, and use it as needed during the development of the RFP. 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. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement. Responses may be submitted electronically to the following e-mail addresses: robert.scott.11@us.af.mil, cheryl.gerhardstein.2@us.af.mil, ashley.cooney@us.af.mil and william.hawkins.8@us.af.ml. All correspondence sent via email shall contain a subject line that reads "B-52 and LRSO Integration." 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 point 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. 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 4:30 P.M. (CST) ON 18 April 2017. Direct all questions concerning this requirement to Mr. Robert M. Scott at robert.scott.11@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3bf661d8e14c5394105dfa282a35547a)
 
Place of Performance
Address: Air Force, 4750 Staff Drive, Rm 214, Tinker Air Force Base, Oklahoma, 73145-3303, United States
Zip Code: 73145-3303
 
Record
SN04459032-W 20170406/170404235141-3bf661d8e14c5394105dfa282a35547a (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 |
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.