SOURCES SOUGHT
13 -- SMALL DIAMETER BOMB INCREMENT II PRODUCTION TEST EQUIPMENT
- Notice Date
- 7/15/2025 12:51:06 PM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- FA8672 AFLCMC EBDM EGLIN AFB FL 32542-5415 USA
- ZIP Code
- 32542-5415
- Solicitation Number
- FA8672-26-C-B002
- Response Due
- 7/29/2025 3:00:00 PM
- Archive Date
- 08/13/2025
- Point of Contact
- Travis K. Sartele, Phone: 850-882-2126, Ana C. Holloway, Phone: 850-883-2535
- E-Mail Address
-
travis.sartele.1@us.af.mil, ana.holloway.1@us.af.mil
(travis.sartele.1@us.af.mil, ana.holloway.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Department of Defense, United States Air Force (USAF), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Attack Division (EBD), is currently conducting market research seeking capabilities statement from potential sources, including Small Business (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) Small Businesses that are capable of procuring and integrating necessary Test Equipment (TE) for follow-on production of the Small Diameter Bomb Increment II (SDB II) weapon for US and Foreign Military Sales (FMS) customers. The Contractor for this effort shall provide all work to procure and integrate necessary Test Equipment (TE) to support increased production capacity, configuration changes, reduce risk to the production line by eliminating single point failures, replacing obsolete equipment, reducing dependencies on capital and supporting necessary updates for future SDB II, GBU-53 production. The Contractor shall provide all the labor, travel, Other Direct Costs (ODC) and material associated with this effort. The Period of Performance shall be 48 months after contract award. Under the contemplated contract, the Contractor shall procure, implement, and prove-in TE to support production of SDB II weapons (GBU-53A/B) by FY2028.? The TE must also support production of SDB II weapons for multiple FMS customers. The Contractor shall provide engineering support, systems engineering and program management support, factory support, and technical support necessary to procure, implement, and prove-in production TE requirements. These requirements include, but are not limited to designing, procuring, and assembling TE; updating the technical data package (TDP); performing integration/implementation; updating TE Factory Software (FSW); and conducting acceptance testing.? The Contractor will be required to procure and integrate necessary TE to support production of approximately 1,756 SDB II weapons in Production Lot 12 and up to 2,240 SDB II weapons annually thereafter. The SDB II Original Equipment Manufacturer (OEM) will not provide SDB II equipment, supplies, materials or a build-to Technical Data Package (TDP) for any TE stations. The Government is unable to provide any assets or a build-to TDP.? 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 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. The decision to solicit for a contract shall be solely within the Government�s discretion. 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 North American Industry Classification System (NAICS) Code assigned to this acquisition is 332993, Ammunition (Except Small Arms) Manufacturing, with a size standard of 1500 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. CAPABILITIES STATEMENT: All interested vendors shall submit a 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: travis.sartele.1@us.af.mil . All correspondence sent via email shall contain a subject line that reads �SDB II, Production Test Equipment�. 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, .docx, or .xlsx documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 5:00 P.M. (CST) ON 29 July 2025. Direct all questions concerning this requirement to travis.sartele.1@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e6d814d6cf1642328dcbb194108c6e26/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07510673-F 20250717/250715230052 (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 |