Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2021 SAM #7088
SOURCES SOUGHT

99 -- Minuteman III Acquisition of Transportation and Handling (MATH)

Notice Date
4/26/2021 2:13:18 PM
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
 
ZIP Code
84056-5837
 
Solicitation Number
FA8214-21-R-MATH
 
Response Due
5/26/2021 4:00:00 PM
 
Archive Date
06/10/2021
 
Point of Contact
Jeremy Bruening, Phone: 8017770862, Fax: 8017777837, Andrew Wright, Phone: 8015869050, Fax: 8017777837
 
E-Mail Address
Jeremy.Bruening@us.af.mil, andrew.wright.13@us.af.mil
(Jeremy.Bruening@us.af.mil, andrew.wright.13@us.af.mil)
 
Description
Minuteman III (MMIII) Acquisition of Transportation and Handling (MATH) Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM) Department of the Air Force, Air Force Materiel Command, AFNWC/NMAB NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to obtain information for planning purposes only. Neither the release of this sources sought synopsis nor any responses to it guarantee a solicitation will be issued.� Rather, the purpose of this sources sought is to determine potential sources for information and planning purposes only.� A determination by the Government not to compete this solicitation is solely within the discretion of the Government. BACKGROUND: The Air Force (AF) is in need of assets to maintain MMIII through transition to Ground Based Strategic Deterrent (GBSD). ��The AF would like to obtain information to understand if assets are obtainable. The purpose of this Sources Sought Synopsis is two-fold. The first purpose is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be a full and open competition and/or a total small business set-aside.� The proposed North American Industry Classification Systems (NAICS) code is 336415 �If an alternate NAICS code is recommended, please provide the recommendation in the response.� The AF will use this information to determine the best acquisition strategy for this procurement.� The AF is interested in all businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.� The AF requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code (see the Section labeled �Responses� for response requirements).� Additionally, please provide any anticipated teaming arrangements.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The second purpose of this sources sought synopsis is to obtain information about schedule, cost, and other aspects of this potential procurement from the perspectives of development and implementation. DESCRIPTION: The United States Air Force (USAF) maintains ICBM�s in the northern United States. In an effort to establish greater warfighter capabilities multiple systems are capable of initiating ICBM launches. The MATH Program is used to ensure the Transportation and Handling (T&H) equipment will be sufficient to sustain MMIII and through the transition to GBSD through acquisition (and modification as needed) of required equipment. CAPABILITIES:� Missile Transport (MT) Tractor and Trailer PSRE Transport Tractor and Trailer Rocket Motor Semitrailer (RMS) Electrical Power Test set Battery Lift Truck Hoisting Adapter Assembly �Battery Adapter Assembly LER Equipment Handling Set Wrench Adapter Set Caster Set Assembly �Handlift Truck M-G Hoisting Beam Set �Console Jack Set Assembly �Electrical Cabinet Handling Documentation required for the MATH program shall be listed in the Request for Proposal (RFP) ADDITIONAL INFORMATION REQUESTED: Provide a schedule from contract award through qualification and implementation Provide an estimate cost range as a Rough Order of Magnitude (ROM) from contract award through qualification and implementation. RESPONSES: Responsible and capable sources may identify their interest by providing a white paper capability statement (limited to 10 pages) with sufficient information to substantiate respondents have all of the capabilities listed in Capabilities and answering all of the AF questions. �Please see the section for Eligibility Requirement. Government will consider responses to one or all of the purposes depending on company�s capability. ADDITIONAL NOTICES: Neither the release of this sources sought synopsis nor any responses to it guarantee a solicitation will be issued.� A determination by the AF not to compete this solicitation is solely within the discretion of the AF. �The AF will not pay for either the effort or the associated costs to respond, or for any information provided.� ELIGIBILITY REQUIREMENT: The distribution of the draft specification and top level drawings is limited to contractors with a DD 2345 certified by the Defense Logistics Information Service, Joint Certification Program (1-877-352-2255) and who have a legitimate business purpose. As such, WBS cannot be provided to a contractor without a certification. Contractors who would like to become certified can find the form and instructions at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Interested parties are advised that certification of a DD Form 2345 may take time, so completion and submission of that form as soon as possible is highly recommended.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd4dd215b09d4acea9e693d77f6eb222/view)
 
Record
SN05983654-F 20210428/210426230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.