Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2021 SAM #7151
SOLICITATION NOTICE

13 -- BLU-137/B ECP DRFP

Notice Date
6/28/2021 9:56:34 AM
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
FA8681 AFLCMC EBD EGLIN AFB FL 32542-6883 USA
 
ZIP Code
32542-6883
 
Solicitation Number
FA8681
 
Response Due
8/2/2021 2:00:00 PM
 
Archive Date
08/17/2021
 
Point of Contact
Elizabeth M. Maldonado, Jonathan Cansdale
 
E-Mail Address
elizabeth.maldonado.1@us.af.mil, jonathan.cansdale.4@us.af.mil
(elizabeth.maldonado.1@us.af.mil, jonathan.cansdale.4@us.af.mil)
 
Description
This is a Draft RFP. Industry shall provide feedback, comments, and/or questions to the Points of Contact identified in this notice NLT 2 Aug 21 by 4:00 PM Central Time. Notice to Offeror: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The deliverable warhead assemblies (DWG: 2015A2K04001) must be manufactured in conformance with the current Air Force BLU-137 Statement of Work (SOW), Technical Data Package (TDP), and specifications.� These procedures will involve construction of the warhead assembly, to include the warhead case and integrated components.� Copies of the SOW and TDP are available upon request from Mr. Jonathan Cansdale, email: jonathan.cansdale.4@us.af.mil and Capt Elizabeth Maldonado, email; elizabeth.maldonado.1@us.af.mil.� If requested, the SOW, TDP, and specifications will be made available via DoD SAFE to qualified respondents for reference only.� Respondents must officially request the documents in writing, via email.� To validate the documentation release, the request must include: the company name, mailing address, email address, point of contact, phone number, current Commercial and Government Entity (CAGE) code and System for Award Management (SAM) registration.� Export Control: Yes. Respondents are required to be �EXPORT CONTROLLED� certified in order to receive and view the SOW, TDP, and specifications for the DRFP.� If the respondent intends to become Export Control Certified, you must register at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx and be able to provide their approved DD Form 2345 in order to receive the SOW, TDP, and specifications. The U.S. Government (USG) will only disclose the SOW, TDP, and specifications to the current data custodian annotated on the DD Form 2345.� Access to the SOW, TDP, and specs for the Draft Request for Proposal is restricted to potential offers who have met the requirements to view/receive Export Controlled Data.� Foreign Participation is NOT authorized. The SOW, TDP, and specifications are marked with the following distribution and export control statement: DISTRIBUTION D. Distribution authorized to Department of Defense and U.S. DOD contractors only, Critical Technology, 25 June 21 (or the latest revision date). Refer other requests for this document to AFLCMC/EBD, Eglin AFB, FL 32542. EXPORT CONTROL WARNING: This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et. seq.� Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. DESTRUCTION NOTICE:� Destroy by any method that will prevent disclosure of contents or reconstruction of this document. The SOW, TDP, and specifications will be sent directly to the contact listed under the applicable CAGE code/JCP certification number. Note: Requests for drawings will NOT be accepted after 4:00 PM Central Time on Monday, 19 July 2021. Submission Details: All interested vendors should submit a response demonstrating their capability to provide these items/perform this effort to the Primary and Secondary Points of Contact listed below.� 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.� The NAICS Code assigned to this acquisition is 332993 Ammunition, with a size standard of 1,500 employees.� 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 to be awarded a DoD contract.� This requirement will be open to full and open competition. � RESPONSES ARE DUE NO LATER THAN 4:00 P.M. (CST) MONDAY, 2 AUGUST 2021.� Direct all questions concerning this DRFP to Jonathan Cansdale at jonathan.cansdale.4@us.af.mil and Elizabeth Maldonado at elizabeth.maldonado.1@us.af.mil.� All questions should be emailed only as to avoid any misunderstanding or confusion.� All correspondence sent via email shall contain a subject line that reads �BLU-137/B ECP.� 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.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05a39ecc21b246898d24d821c90b3262/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06044741-F 20210630/210628230111 (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.