Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2023 SAM #7960
SOLICITATION NOTICE

14 -- Air Launch Cruise Missile Engineering Services

Notice Date
9/11/2023 7:06:38 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8128 AFNWC PZN TINKER AFB OK 73145-9093 USA
 
ZIP Code
73145-9093
 
Solicitation Number
ALCMESFA812824R0001
 
Response Due
11/11/2023 1:00:00 PM
 
Archive Date
11/26/2023
 
Point of Contact
Natalie Green, Phone: 9184293748, Tiffany Rodriguez, Phone: 4057398823
 
E-Mail Address
natalie.green.2@us.af.mil, tiffany.rodriguez.4@us.af.mil
(natalie.green.2@us.af.mil, tiffany.rodriguez.4@us.af.mil)
 
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS SYNOPSIS IS A PRE SOLICITATION NOTIFICATION OF THE GOVERNMENTS INTENT TO AWARD A SOLE SOURCE CONTRACT.� � IAW MP 5332.7 Funds Availability ��Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under until funds are available. The Government reserves the right to not solicit this requirement or cancel the solicitation after issuance, either before or after the closing date. In the event the Government cancels the solicitation, the Government has no obligation to reimburse an offeror for any costs.� General Information Document Type:�������� Pre-Solicitation Synopsis Program:��������� ����������� Air Launch Cruise Missile Solicitation Number:�� FA8128-24-R-0001 Posted Date:��������������� 11 SEP 2023 Solicitation Date:������� 10 Oct 2023 (Estimated) Anticipated Contract Award: 23 February 2024 (Estimated) PR Number:� FD2030-23-32205 Nomenclature/Noun: Air Launch Cruise Missile Engineering Services Product/Service Code: J014 Application:� ALCM Contracting Office Address Department of the Air Force, AFNWC/PZNT, Tinker AFB, 7330 Sentry Blvd., Tinker AFB, OK� 73145, UNITED STATES Description Air Launch Cruise Missile Engineering Services. Air Launch Cruise Missile Engineering Services contract will provide recurring and nonrecurring logistics and engineering services to maintain the Air Launched Cruise Missile (ALCM) weapon system integrity. These services are for the sustainment of the ALCM weapon system world-wide. These services require the availability and use of the ALCM System Integration Laboratory (ASIL), ALCM Software Development Laboratory (ASDL), Telemetry Data ANALYSIS Laboratory (TDAL), and flight and ground test support, and Diminishing Manufacturing Sources and Material Shortage reporting. This requirement also includes support on legacy B-52 strategic cruise missile integration, carriage equipment and peculiar support equipment. The purpose of this synopsis is to notify industry of the Air Forces� intent to award a Sole Source contract directed toward The Boeing Company, (Cage Code: 1N929) 6001 S Air Depot Blvd, Oklahoma City, OK 73135 the only qualified source. Only the Original Equipment Manufacturer can provide this service due to unique engineering expertise, military unique, proprietary data, contractor owned facilities, as well as joint use Government support equipment (SE) and test equipment (TE). No other vendor besides the OEM (Boeing) has access to the data required to perform the needed tasks. Contractor shall manage all materials, services, subcontractors, and facilities required to accomplish the efforts listed within the Performance Work Statement (PWS). Contractor furnished material or parts shall meet or exceed performance specifications of originally installed parts. Interchangeability with the original material or part is required. Form, fit and function of the end item shall not be altered by installation of Contractor furnished material or parts. The Contractor will provide maintenance of all Government Furnished Equipment (GFE), Government Furnished Material (GFM), and Government Furnished Property (GFP) covered under the awarded contract. The proposed North American Industry Classification Systems (NAICS) Code is as follows: 541330 Engineering Services CONTRACT TYPE, PERIOD OF PERFORMANCE AND SMALL BUSINESS SUBCONTRACTING The current acquisition strategy is to issue an IDIQ, definitive contract, (4) two-year ordering periods and (1) one-year ordering period, plus a six-month option for Continuation of Services under FAR 52.217-8. The IDIQ will contain yearly Task Order awards for the recurring engineering, and as needed Task Orders for nonrecurring negotiated efforts. The Contract Line Item Number (CLIN) structure used for recurring engineering will be Fixed Price Incentive Firm Target (FPIF) which will eventually transition to Firm Fixed Price (FFP), if appropriate. Additionally, the CLIN structure used for recurring Technical Inquiries will be Cost Plus Fixed Fee Level of Effort (CPFF LOE).� The CLIN structure used for nonrecurring engineering will be dependent upon the efforts tasked, requirement definition, risk, urgency, period of performance, technical data availability, etc.; Fixed Price Incentive Firm Target (FPIF), Cost Plus Incentive Fee (CPIF), and Cost Plus Fixed Fee (CPFF). The CLIN structure used for Travel and Material will be Cost Reimbursement - No Fee (CR-No Fee). The CLIN structure used for Pre-Air Launch Munition Analysis Group (ALMAG) and Over and Above will be Firm Fixed Price (FFP).� The contemplated period of performance is 23 February 2024 to 1 February 2028. The government has determined that this effort will not be small business set-aside. The contractor will be required to meet all small business participation requirements included in the contract and fulfill all the requirements of the subcontracting plan included in the contract. �The anticipated Contract particulars are as follows: NOUN: Air Launch Cruise Missile Engineering Services (4) Two Year Ordering Periods and (1) One Year Ordering Period Period of Performance: 1 February 2024 to 31 July 2033 CONTRACTING OFFICE POC Name:� Natalie Green Title:� Contracting Officer Office: AFNWC/PZNT Phone #: (918) 429-3748 Email:� natalie.green.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ba2b5eecd404eb9990443cddf984e90/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06826174-F 20230913/230911230102 (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.