SOLICITATION NOTICE
14 -- Lugged Affordable Cruise Missile (LACM)
- Notice Date
- 7/15/2025 9:48:32 AM
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- FA8659 AFLCMC EBI EGLIN AFB FL 32542-6883 USA
- ZIP Code
- 32542-6883
- Solicitation Number
- FA8659-25-S-RFI1
- Response Due
- 7/28/2025 12:00:00 PM
- Archive Date
- 08/12/2025
- Point of Contact
- Sara Riley
- E-Mail Address
-
sara.riley@us.af.mil
(sara.riley@us.af.mil)
- Description
- Lugged Affordable Cruise Missile (LACM) Agency: Department of the Air Force Office: Air Force Materiel Command Location: AFLCMC/EBI � Eglin Air Force Base Notice Type: Request for Information NAICS Code: 336414 � Guided Missile and Space Vehicle Manufacturing 1. Disclosure: This is a Request for Information (RFI) for information and planning purposes only and does not constitute an invitation for bid (IFB) or request for proposal (RFP), and it is not to be construed as a commitment by the Government for any purpose. There is no bid package or solicitation document with this announcement. Responses to this RFI are strictly voluntary and will not affect any potential offeror�s ability to submit an offer if a solicitation is released. The Government shall not be held liable or incur any debt for the information solicited. No entitlement to payment of direct or indirect costs or charges will arise resulting from preparation of submissions in response to this RFI or the government's use of the information provided. The Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this RFI or subsequent submittals of information. All costs associated with responding to this RFI are solely at the responding parties� expense. This notice DOES NOT in any way restrict the Government to an ultimate acquisition approach. The Government encourages all responsible businesses, including small businesses, to respond to this RFI. Respondents to this RFI may be requested to provide additional information/details based on their initial submittals. Any submittals will not be returned to the sender. 2. Statement of Capabilities (SOC): Interested and capable sources are encouraged to respond to this RFI with a Statement of Capabilities that provides specific relevant knowledge and experience in the following areas as it pertains to satisfying the requirements detailed below in section a-j. The Statement of Capabilities should provide evidence that the contractor can deliver a weapon that meets the minimum requirements: a. 500lb class weapon with minimum 100lb warhead b. Capable of blast / frag / and limited penetration effects c. Variable fuze options d. Range ? 250NM i. Low altitude performance of 100NM under 1,000ft AGL ii. Selectable impact angle exceeding 70 degrees e. Nav System capable of operating in a degraded GPS environment f. Terminal Accuracy: CEP 50 w/in 10m both in non-EMI (Electromagnetic Interference) g. Weapons Open Systems Architecture (WOSA) & Modular-Series (M-Series) aligned h. Long term unit cost not to exceed $300K i. Production Capacity: >1,000 AURs in a 12-month period j. Delivery of weapons commencing by April 2026 (min 25 missiles/month) Additionally, interested and capable sources must include details about experience and capability with integrating onto U.S. and foreign fighter aircraft. 3. Submission Details: Please limit your Statement of Capabilities to no more than 5 single spaced, 10-point font typed pages. 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. All interested vendors should submit a response demonstrating their capability to provide these items/perform this effort to the Point 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. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit 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 1,300 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. No set-aside decision has been made. Interested parties should provide a company profile to include the following: a. Company name. b. Contractor Commercial and Government Entity (CAGE) code. c. Data Universal Numbering System (DUNS) number. d. Point of contact with telephone, email and address contact information. e. Indicate your company�s category (e.g., a US company, large or small business, and if a small business, whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUB Zone small business, small disadvantaged business, or women-owned small business as defined by the planned NAICS code listed. The Government will use this information to determine if there are interested and qualified sources. Those desiring to do business with the Air Force must be registered in the Government's System for Award Management system located at https://www.sam.gov. Information associated with this effort is unclassified. If respondents wish to restrict distribution of Capability Statements, they must be marked and distributed appropriately. Interested parties should mark all responses accordingly prior to submission. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Respondents are responsible for protecting and marking proprietary information at the appropriate level. Proprietary information will be safeguarded in accordance with the applicable Government regulations. While the information associated with this RFI is unclassified, the resulting award agreement will contain classified portions. Therefore, respondents must be able to access and handle classified information. Please describe your firm's capabilities and procedures for handling classified information in accordance with applicable security regulations. 4. Award Vehicle- (AFLCMC/EBIW) expects to use an Other Transaction Agreement (OTA), respondents must submit the following information: The primary awardee must be fully registered for All Awards in SAM (https://sam.gov). A CSO can be awarded to: � Small businesses � Nontraditional contractors (NDC); defined as an entity that hasn't significantly engaged in Department of Defense (DoD) contracts subject to full cost accounting standards (CAS) for at least a year prior to a DoD procurement. Essentially, they're often small businesses or those focused on commercial markets that are new to, or have limited experience with, the specific accounting and regulatory requirements of traditional DoD contracting. � Traditional contractors; defined as a business that primarily works with the Department of Defense (DoD) on large, complex contracts for weapons systems, aircraft, ships, and other major defense-related projects. These contractors are typically subject to Cost Accounting Standards (CAS) and their contracts are often governed by the Federal Acquisition Regulations (FAR). A cost share is required is required if awardee is a traditional contractor. 1/3 cost share or team with nontraditional or small businesses for significant portion of proposed work. 5. Government Advisors: Respondents to this RFI are advised that proprietary, confidential, or privileged commercial data submitted as part of your response may be released to non-Government advisors supporting the Government in this acquisition. Although the Government's contracts with these advisors require non-disclosure agreements, please indicate in your response to this synopsis if your firm has objections to the use of these advisors. These advisors are employed by HX5, Colsa, Quantitech or Odyssey Systems. Specify the specific basis of the objection, and the specific portions that the respondent objects to disclosure to non-Government advisors. 6. Other Information: 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 the RFI as a basis for a subsequent project/requirement. Any project or requirement developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in Sam.gov separately. Responses to the RFI 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 the RFI. 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 the RFI. 7. RFI Questions: Questions must be received three (3) days before closing to best ensure a timely response. Questions are to be submitted to Sara Riley at sara.riley@us.af.mil. All questions should be submitted via email to avoid any misunderstanding or confusion. All correspondence sent via email shall contain a subject line that reads �LACM RFI.� 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. 8. RFI Response Due Date RFI responses are due no later than 2:00 p.m. (CDT) 28 July 2025. Responses are to be submitted to Sara Riley at sara.riley@us.af.mil. All correspondence sent via email shall contain a subject line that reads �LACM RFI.� 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. Contracting Office Address: 102 W D Ave Bldg 11 Basement Eglin AFB, Florida 32542
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/160ce28cdbc9412880a9c9fa00dc97f8/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07509896-F 20250717/250715230047 (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 |