Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOURCES SOUGHT

16 -- Aging and Surveillance (A&S) for the AGM-86 Air Launched Cruise Missile (ALCM)

Notice Date
5/11/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
AS2019-29
 
Archive Date
5/13/2019
 
Point of Contact
Andrea L Greene, Phone: 4057398866, Helaina K. Germosen,
 
E-Mail Address
andrea.greene.2@us.af.mil, helaina.germosen@us.af.mil
(andrea.greene.2@us.af.mil, helaina.germosen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: AS2019-29 Notice Type: Sources Sought Synopsis: Aging and Surveillance (A&S) for the AGM-86 Air Launched Cruise Missile (ALCM) Agency: Department of the Air Force (AF) Office: Air Force Material Command Location: Air Force Life Cycle Management Center Tinker AFB OK NACIS Code: 541330 Engineering Services Duration of Contract Period: 10-Year Contract, Options and extensions to be delineated Purpose: The Missile Sustainment Division located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the Aging and Surveillance (A&S) engineering and technical support. The effort is projected to be an engineering services contract providing support for the Air Launched Cruise Missile (ALCM) AGM-86B Weapon System. Provide services to establish and sustain effective and efficiently managed life cycle support of Cruise Missile Nuclear Weapon Sub-Systems (NWSS), Non-Nuclear Weapon Sub-Systems (NWSS) and their associated laboratory test programs, which are necessary for long-term support of c omponents crucial to sustainment of the ALCM weapon system. The A&S program assessments are based on parametric analysis of the test data gathered rather than simple go/no-go functional tests. The results will be an extension of the service life of the nuclear certified hardware beyond the design goal of the orderly retrofit of the fleet if an age-out condition is detected. Tasks include providing engineering support to resolve anomalies that occur during the Service STAR test cycle. These anomalies could range from missile hardware failure to test station malfunctions. Resolutions could require assistance in determining disposition of failed hardware, test station repair and/or software upgrades. Comply with cyber and system security rollout and procedures. This synopsis announcement is being issued for information purposes only and does not constitute a solicitation or request for competitive proposals. If a firm believes, it is capable of meeting the Government's requirement/performing the contract services, your company may identify their interest and capability to the Contract Specialist within fifteen (15) days of this publication. The proposed North American Industry Classification Systems (NAICS) Code is 541330, which has a corresponding Size Standard of $38.5 million. The Government is interested in United States based Small Businesses, Section 8(a) Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Businesses, Economically Disadvantaged Women-Owned Small Businesses, and Women-Owned Small Businesses. Responses to this notice will be used as part of the market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Companies interested in responding may submit a capability statement to include the following information and/or documentation that demonstrate technical capability in the seven (7) areas listed below. These areas may be considered critical for achieving successful technical performance. Include in your companies description/ documentation for each area below whether your company has performed as a prime or as a subcontractor, and identify if personnel have at least three years of recent experience. •1. Describe your experiences working with the AGM-86 ALCM weapon system or similar aerospace systems. •2. (CRITICAL) Ability to conduct technical engineering and logistics support required for the AGM-86 ALCM Aging and Surveillance Test Complex and the ALCM Service STAR Program and Equipment. •3. (CRITICAL) Breadth and depth of aerospace sustaining engineering knowledge. •4. Creating, preparing and updating data system documentation within the AF & Department of Defense (DoD) environment. •5. Ability to provide additional services/capability in the event of an immediate surge in requirements. •6. Capability to provide engineering services within a secure environment in accordance with DoD. •7. (CRITICAL) List relevant Government and/or commercial contracts with the following information: •a. Contract number and description of services •b. Contracting officers' names, addresses, and telephone numbers •c. Program managers', project leads', and/or technical leads' names, addresses, telephone numbers and lists of tasks performed for the relevant efforts Interested parties should submit a capabilities package. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any relevant information. Please include a brief and concise cover letter that clearly demonstrates ability to meet the requirements with sufficiently qualified personnel; to include type and duration of employee experience relevant to the requirements), the level of involvement (prime or sub-contractor), and time periods for work on similar projects. INSTRUCTIONS FOR RESPONSE: •8 Submit no more than a 12-page paper in the following format: •a. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. •b. Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12). Use at least 1-inch margins on the top and bottom and 1-inch side margins. •c. Capability statements need to address fully the seven (7) technical areas identified above. •9. Responses shall also include information regarding the following: •a. Company Name and Address •b. CAGE Code •c. DUNs Number •d. Company business size by NAICS code 541330 ($38.5 million) •e. Small Business Type(s) •f. Point of Contact for questions and/or clarification to include, Telephone Number and email address •g. Web Page URL •h. Teaming partners or anticipated teaming agreements (if applicable). Please delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. •i. Any appropriate test equipment that is currently owned or if your company is willing to procure for this project. •j. The level of contractor's interest (likelihood of submitting a proposal as a prime contractor). •k. OEM License/Agreement/Manual •l. Provide any recommendations and/or concerns Responses and/or questions to this synopsis will be posted through FBO. All Contractor personnel are to have a completed favorable National Agency Check Inquiry (NACI). The Contractor shall not involve any foreign national (resident aliens exempt) in work performed under this requirement. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Any proprietary information submitted in response to this synopsis will be appropriately protected when clearly identified as proprietary. Submitted materials will not be returned, and will be destroyed. Submissions shall not contain any classified information. The Government will not pay for any information submitted as a result of this synopsis. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. This synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services. All responses should be sent via email and postal mail. Responses must be received no later than close of business: 31 May 2018. Email Responses shall utilize the AMRDEC system at [ https://safe.amrdec.army.mil/safe/Welcome.aspx ] and addressed to: Mrs. Andrea Greene, andrea.greene.2@us.af.mil and Mrs. Helaina K. Germsoen, helaina.germosen@us.af.mil. Please mail two (2) copies of your response to: Mrs. Helaina K. Germosen helaina.germosen@us.af.mil AFNWC/PZNT 7330 Sentry Blvd, Building 469, STE 14 Tinker AFB, Oklahoma 73145-9093 Questions relative to this market survey should be addressed via email to: Mrs. Andrea Greene, andrea.greene.2@us.af.mil and Mrs. Helaina K. Germosen, helaina.germosen@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/AS2019-29/listing.html)
 
Place of Performance
Address: At contractor facility, United States
 
Record
SN04919813-W 20180513/180511230839-d8ae0598c657a7484785562524e69fb1 (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.