SOURCES SOUGHT
14 -- LRASM Datalink
- Notice Date
- 1/24/2018
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBJK - Eglin, 205 West D Ave, Bldg 350, Ste 632, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA8682-18-C-0007
- Point of Contact
- Biannica Q. Barksdale, Phone: 8508835358
- E-Mail Address
-
biannica.barksdale@us.af.mil
(biannica.barksdale@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Long Range Anti-Ship Missile (LRASM) Datalink Contract FA8682-18-C-0007 Document Type: Sources Sought Reference Number: FA8282-18-C-0007 Posted Date: 24 JAN 2018 Response Date: 9 FEB 2017 Classification Code: 14 - Guided Missiles NAICS Code: 336414 - Guided Missile and Space Vehicle Manufacturing Set Aside: N/A Contracting Office Address: AFLCMC/EBJJ 205 W. D. Ave, Ste 632, Eglin AFB FL 32542 Description: The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement 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 for the Long Range Anti-Ship Missile Extended Range (LRASM) Datalink Contract. The scope of this contract is to partially mature and integrate a Link -16, Beyond Line of Sight (BLOS), and Advanced Tactical Datalink (ATDL) radio into a single form fit module to replace the current LRASM Datalink. This includes any and all support electronics, software, firmware and hardware required for integration. The module Interface Control Document (ICD) will remain platform and weapon system agnostic, for a universal solution that easily integrates into systems across the DoD portfolio. The LRASM Deployment Office will finalize the system level integration qualification needed for fielding in a follow on contract. This acquisition is anticipated to be a 18 month C-Type contract, using a combination of Cost Plus Incentive Fee (CPIF) and Cost Plus Fixed Fee (CPFF) CLINs. No Government owned technical data package exists to provide to other companies. Therefore, the Government is unable to provide Government property/Government special tooling/special test equipment/technical data packages to any prospective new source. Fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture. For subcontracting opportunities, please contact Phyllis Grant, Lockheed Martin Missiles and Fire Control, (407) 356-4682. 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 15 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. 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 336414, Guided Missile and Space Vehicle Manufacturing, with a size standard of 1,250 persons. 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 and registered under the applicable NAICS code 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. Responses may be submitted electronically to the following e-mail address: dana.alexander.6@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8682-18-C-0007, LRASM Datalink". 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. RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 9 FEB 18. Direct all questions concerning this requirement to Dana Alexander at dana.alexander.6@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/712a04722b22e0d0dce508106298e293)
- Place of Performance
- Address: Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04798389-W 20180126/180124231343-712a04722b22e0d0dce508106298e293 (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 |