SOURCES SOUGHT
14 -- Joint Air-To-Surface Standoff Missile (JASSM) Lot 21 (Update)
- Notice Date
- 5/4/2023 9:53:06 AM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- FA8682 AFLCMC EBJK EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- FA868223C0003Rev2
- Response Due
- 5/11/2023 10:00:00 AM
- Archive Date
- 05/11/2023
- Point of Contact
- Grisselle E. Brown, Phone: 8508831517
- E-Mail Address
-
grisselle.brown@us.af.mil
(grisselle.brown@us.af.mil)
- Description
- This Sources Sought Synopsis was originally published on Jan 6, 2022 with an update on Mar 24, 2022.� At the time of the original notice, the Government was conducting market research seeking�capability statements from potential sources that could meet the�requirements of providing 417 to 517 AGM-158/B-2 JASSMs in containers to fulfill the requirements of Lot 21.� An updated notice was published in March 2022 for quantities of AGM-158/B-2 ranging between 463 and 583.� Due to a change in quantities, we are publishing this opportunity again.� The current requirement is for a max quantity of 625 AGM-158/B-2.� The rest of the�requirements associated with Lot 21 remain unchanged from our original Sources Sought Synopsis. All interested vendors shall submit a response demonstrating their capability to provide the quantities of AGM-158/B-2 described above and�all sustainment efforts to the 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 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 1250 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 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. CAPABILITIES STATEMENT: All interested vendors shall submit a�capabilities statement that explicitly demonstrates their capability to�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 or possible subcontracting opportunities.� Responses may be submitted electronically to the following e-mail�address: grisselle.brown@us.af.mil. All correspondence sent via email shall contain a subject line that reads �FA8682-23-C-0003 AGM-158/B-2�. 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,�.xlsx, or .xls documents are attached to your email. All other attachments�may be deleted.��All responsible sources may submit information that shall be considered by�the agency. If late information is received, it may be considered, depending�on agency time constraints. All routine communications regarding the�announcement should be directed to the contractual point of contact�listed in this posting. The Government may or may not use any responses�to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses�may be the subject of a subsequent acquisition; any such subsequent�acquisition will be posted in FedBizOpps.gov separately. Responses to this�sources sought will not be returned. The Government is under no�obligation to acknowledge receipt of the information received, or provide�feedback to the respondents with respect to any of the information�submitted under this sources sought. No requests for a bid package or�solicitation will be accepted; a bid package or solicitation does not exist at�this time. In order to protect the integrity of any possible future�acquisition, no additional information will be provided and no�appointments for presentations will be made in reference to this sources�sought. Only government employees will review submitted responses to�this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to�administratively process submissions and perform other administrative�duties requiring access to other contractor�s proprietary information.��These administrative support contracts include nondisclosure agreements�prohibiting their contractor employees from disclosing any information�submitted by other contractors or using such information for any purpose�other than that for which it was furnished. For subcontracting opportunities, please contact Michael Kelly, Lockheed Martin Missiles and Fire Control, michael.a.kelly@lmco.com. RESPONSES ARE DUE NO LATER THAN 12:00 Noon (CST) ON 11 May 2023. Direct all questions concerning this requirement to Grisselle Brown at�grisselle.brown@eglin.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/38683f8dccff4ba39f60e6585edf51b6/view)
- Place of Performance
- Address: Orlando, FL 32819, USA
- Zip Code: 32819
- Country: USA
- Zip Code: 32819
- Record
- SN06672977-F 20230506/230504230123 (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 |