SOLICITATION NOTICE
16 -- B61-12/F-15E Interface Control Document (ICD) Support
- Notice Date
- 10/25/2010
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- FA8681-11-M-0381
- Archive Date
- 11/19/2010
- Point of Contact
- Troyce R. Gunter, Phone: 8508833542
- E-Mail Address
-
troy.gunter@eglin.af.mil
(troy.gunter@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES. This is a notice of intent that the Air Armament Center, AAC/EBDK, Eglin AFB, intends to award a Sole Source, Firm Fixed Price purchase order, with value not to exceed $100K, to The Boeing Company. This support is required to assist the government in development of an Interface Control Document (ICD) for the B61 Life Extension Program (LEP) Mod 12 (B61-12) with the F-15E and awarded under statutory authority 10 USC 2304(c)(1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This ICD is intended to be a common ICD for the F-15E, B-2A, and F-35A and three known B61-12 Tail Sub-Assembly (TSA) contractors: Lockheed Martin Missile and Fire Control, Orlando, FL; Raytheon Missile Systems, Tucson, AZ; and The Boeing Company, St. Louis, MO. This support will consist of attendance at four (4) Interface Control Working Group (ICWG) meetings at Albuquerque, NM over a six (6) month period of performance. The first ICWG is planned to occur in early December 2010 and the next three (3) approximately every six weeks after that. The expectation is to produce a 90% mature ICD by ICWG #2. ICWGs 3-4 will be to hone the ICD details as peculiar to the individual platforms and to update platform integration cost estimates. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only the source identified above under authority of FAR 6.302. If a company other than The Boeing Company believes it is capable of meeting the Government's requirement, it may identify interest and capability to the Contract Officer within ten (10) calendar days of this publication. Those companies indicating capability must provide a statement of capabilities and indicate whether they are a large, small or disadvantaged business and/or whether they are U.S. or foreign owned. Additionally, strict security requirements are applicable to this effort. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government intends to make award by November 30, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8681-11-M-0381/listing.html)
- Place of Performance
- Address: The Boeing Company, St. Louis, MO, United States
- Record
- SN02316184-W 20101027/101025233815-53330f4e1df40309b694bc20dd079f80 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |