SOURCES SOUGHT
99 -- SiAW Subsystem Development
- Notice Date
- 4/26/2024 11:35:38 AM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- FA8659 AFLCMC EBI EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- FA8659-RFI-SiAW_Subsystem_Development
- Response Due
- 5/10/2024 3:00:00 PM
- Archive Date
- 05/25/2024
- Point of Contact
- Jill Harms, Kenya Jackson
- E-Mail Address
-
jill.harms.1@us.af.mil, kenya.jackson.3@us.af.mil
(jill.harms.1@us.af.mil, kenya.jackson.3@us.af.mil)
- Description
- DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP that may be issued. SUBJECT: The Stand in Attack Weapon (SiAW) Program Office (PO) is responsible for Air Force acquisition of next generation munitions built to rapidly strike mobile targets within an enemy�s anti-access/area denial environment.� The purpose of this RFI is to create a mechanism to support flexible and efficient acquisition of goods and services for AFLCMC/EBIS. This is intended to provide the ability for further development and enhancement of the mature SiAW program. DESCRIPTION: The Government is seeking support to continue development of the AARGM-ER and SiAW. The SiAW program is currently executing a Middle Tier Acquisition (MTA) Rapid Prototyping phase. The MTA will conclude with a production decision and potential future development for additional capabilities. This IDIQ will support these future opportunities through engineering changes to the SiAW baseline configuration (in accordance with the attached SOO). The users of this IDIQ will include the SiAW Program Office, JPO and any others required for potential changes that may address, but are not limited to the following areas: Obsolescence System Security and Resiliency (to include Cybersecurity and Cyber resiliency) Upgrades and Enhancements Product Improvements Producibility and Affordability Other changes as necessary to meet existing or new/emerging requirements The security classification level for this effort is TOP SECRET/SECRET/SAR. INTEREST: Successful responses must demonstrate the ability to provide subject matter expert support, preferably with past experience and familiarity with SiAW and AARGAM-ER, as outlined in the attached SOO. If the vendor does not have subject matter experience expertise or needed familiarity, the Government would like a rough schedule on how long it would take to stand up this capability. Attachments: SiAW Subsystem Development IDIQ SOO DRAFT Contract Data Requirements List (CDRLs) DRAFT DD254 WOSA Reference Architecture v3.4 SiAW GRA Classified Annex regarding Active Sensor* All attachemnts are available by request and will be delivered via DoDSAFE.� For the SiAW GRA attachment the USG will provide the files but will not provide support/software to view/access files (specific software requirements are in the attached SOO). * Classified Annex is available upon request, requestor must be able to receive documents via CORE.� Send an unclassified request to Mr. Nicholas Sweany at nicholas.sweany@us.af.mil or Ms. Rebecca Zaccheo at rebecca.zaccheo.2@us.af.mil to coordinate the delivery of classified documents.� Potential offerors need to request a DODSAFE drop from Mr. Nicholas Sweany at nicholas.sweany@us.af.mil or Ms. Rebecca Zaccheo at rebecca.zaccheo.2@us.af.mil to receive these attachments. PLEASE NOTE: In order to receive all attachments requires Government verification of contractor�s ability to receive Distro D/CUI and classified material.� This is a multi-step process that requires a minimum of 2-3 business days.� All requests for documents should be made at least 3 business days prior to the RFI closing.� Requests made after this time will be processed but extensions to the RFI will not be considered. For questions, contact Jill Harms at jill.harms.1@us.af.mil or Kenya Jackson at kenya.jackson.3@us.af.mil. Responses are due by Friday 10 May 2024, by 1700 CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4687ddd3690d4aa483b4e1e7775abb5c/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07044727-F 20240428/240426230048 (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 |