SOURCES SOUGHT
14 -- Powered Standoff Precision Guided Munition - SOPGM Requirements_Powered
- Notice Date
- 2/26/2018
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-18-RFI-Powered_SOPGM
- Archive Date
- 3/23/2018
- Point of Contact
- Michael J. Hawkins, Phone: 8138267047
- E-Mail Address
-
michael.hawkins4@socom.mil
(michael.hawkins4@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- Powered Standoff Precision Guided Munition (SOPGM) Requirements This is a Request for Information (RFI). This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by United States Special Operations Command (USSOCOM) to issue a formal solicitation or ultimately award a contract. Responses are strictly voluntary and USSOCOM is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. USSOCOM is seeking interested and qualified sources to provide powered Standoff Precision Guided Munitions (SOPGMs) in accordance with this announcement and the attached "SOPGM Requirements_Powered" document to support Overseas Contingency Operations (OCO) for combat employment on Special Operations Forces (SOF) platforms, including the AC-130W, AC-130J, and other manned and unmanned SOF platforms, as required by USSOCOM. The munition must be Technology & Integration Readiness Levels 9 and 5, respectively. The Government will not fund development, flight test required to establish the munition reliability and accuracy, environmental qualification, non-recurring actions required to obtain safety certification, or production start-up. The munition must be compatible with carriage and employment from the Common Launch Tube (CLT) (CLT specifications are authorized for distribution to DoD and US DoD contractors only; please request specifications through the Contracting Officer), have Non-Nuclear Munition Safety Board (NNMSB) approval for carriage and release from specified SOF platforms, have demonstrated reliability greater than 90% and accuracy less than two meters with 90% Circular Error Probable (supported by 100 or more operationally relevant employments), and include operator selectable point detonate and height of burst fuze. The munition or a variant that uses the same major components (guidance, propulsion, flight controls, fuze, and warhead) must be compatible with internal and external carriage. For further requirements, see the attached "SOPGM Requirements_Powered" document. In Aug 2017, the Air Force Life Cycle Management Center (AFLCMC), Rapid Acquisition Cell, Eglin AFB in support of USSOCOM awarded an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Raytheon Company for the procurement of a missile that meets the requirements stated herein. The IDIQ enables AFLCMC to order (on USSOCOM's behalf) up to 800 missiles per calendar year (CY) through the end of CY 21. Following award of the IDIQ contract, the Secretary of Defense provided guidance to the DoD to maximize munitions production, which is not within the scope of the AFLCMC IDIQ contract. Therefore, USSOCOM anticipates procuring approximately 640 additional missiles per year over an approximate 3.5 year period (award of a contract in CY 18 through end of CY 21) to supplement the AFLCMC IDIQ. The anticipated North American Industry Classification System (NAICS) code is 336414 - Guided Missile and Space Vehicle Manufacturing. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested contractors who believe they are capable of providing a product that meets the requirements contained herein are invited to respond to this notice. If after reviewing this information, you desire to respond to this announcement, please provide documentation to substantiate your product meets the requirements specified herein. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. Respondents shall include in their documentation: company's full name, Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number, a detailed capabilities statement asserting their capabilities in providing the products described herein, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, etc.), and business size based on NAICS code 336414. Interested parties capable of performing the requirement should email their documentation to the Contracting Officer at michael.hawkins4@socom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-18-RFI-Powered_SOPGM/listing.html)
- Record
- SN04834580-W 20180228/180226231140-d154511b06b48d4094d893d1e65fed39 (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 |