The RFP Database
New business relationships start here

Air Launched Cruise Missile (ALCM) Rotary Switch and Guided Missile Flight Controller (GMFC)


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Synopsis:  AGM-86 Air Launched Cruise Missile (ALCM) and Conventional ALCM (CALCM) Weapon System Remanufacture of Rotary Switch SWU-58/A, P/N 76410-4, P/N 232-30040, and/or Guided Missile Flight Controller (GMFC) DCU-250/A, P/N 232-11270-21.

This is a Source Sought Synopsis announcement, market research for information only, to be used for planning purposes.  This is not a solicitation for proposal; therefore, a solicitation number has not been assigned.  No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

1.  The Missile Sustainment Division located at Tinker Air Force Base is requesting information, pursuant to FAR Part 10, in support of Market Research to identify potential sources for the remanufacture of part numbers 76410-4, NSN 1115-01-111-4189, Rotary Switch and/or Guided Missile Flight Controller (GMFC) DCU-250/A, P/N 232-11270-21. Remanufacture will provide best value to the Government to meet original performance specifications from date of remanufacture.  The Government will use this information to determine the best future acquisition strategy for this remanufacture, inclusive of the need to do an Industry Day and/or Presolicitation conference.

2.  The contractor shall provide all resources (facilities, material, equipment, and personnel) and engineering expertise necessary to remanufacture Part Number 76410-4, P/N 232-30040, Rotary Switch for the AGM-86B and/or Guided Missile Flight Controller (GMFC) DCU-250/A, P/N 232-11270-21.

3.  The contractor shall provide best value to the Government in the development, qualification and production planning for remanufacture effort to ensure components meet the original life expectancy performance specifications.

4.  Contractor shall maintain form, fit and function on current configuration to the greatest extent possible to minimize or negate impact to nuclear certification and criteria in the Nuclear Surety Plan as well as Nuclear Certification Impact Statement.

If a firm believes it is capable of meeting the Government's requirement to remanufacture the items described in paragraph 2 above, your company may identify the interest and capability to the Contract Specialist within fifteen (15) days of this publication. Those interested companies must indicate whether they are a large, small, small- disadvantaged, 8(a) or women owned business. 

Interested firms must possess or be capable of obtaining a Defense Security Services (DSS) SECRET Facility Clearance by contract award.  Firms must indicate any Foreign ownership, Control, or Influence (FOCI), as there are potential COMSEC duties associated with this effort. Both Prime and any subcontracted work effort involving FOCI will require an approved National Interest Determination prior to contract award. 

Interested firms will require certification and approval to receive "Export Controlled" information or technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751 et seq.) or Executive Order 12470.

CAPABILITIES STATEMENT:

Companies interested in responding may submit a capability statement to include the following information and/or documentation that demonstrate technical capability in the 13 areas listed below.  These areas are considered critical for achieving successful technical performance.

Include in your companies description/documentation for each area below whether your company has performed as a prime or as a subcontractor; and identify if personnel have at least three years of recent experience.

1. (CRITICAL) Describe your knowledge and experience with the Rotary Switch SWU-58/A, P/N 76410-4, P/N 232-30040, and/or Guided Missile Flight Controller (GMFC) DCU-250/A., P/N 232-11270-21.

2. (CRITICAL) Describe your experiences working with the AGM-86 ALCM weapon system.

3. (CRITICAL) Describe your knowledge and experience with the interface between the Rotary Switch, and AGM-86 ALCM weapon system.

4. (CRITICAL) Describe your knowledge and experience with the interface between the Guided Missile Flight Controller and AGM-86 ALCM weapon system.

5. (CRITICAL) Describe experience designing/developing remanufacture procedures and qualification test requirements for the Line Replaceable Units (LRUs) contained in the AGM-86 ALCM weapon system.

6. (CRITICAL) Describe your past hardware and software design, modification and test activities devoted to supporting the sustainment of the AGM-86 ALCM weapon systems and support systems with emphasis on nuclear certification requirements and nuclear hardness qualification requirements.

7. (CRITICAL) Describe your ability to conduct failure investigations, obsolescence studies, feasibility studies, test performance and experience studies, survivability modeling, reliability predictions, impacts and solutions for Rotary Switch SWU-58/A and/or Guided Missile Flight Controller (GMFC) DCU/250-A.

8. (CRITICAL) Describe your ability and capability to reproduce/remanufacture the Rotary Switch SWU-58/A, that shall meet the original equipment manufacturer (OEM) specifications and criteria in the Nuclear Surety Plan as well as Nuclear Certification Impact Statement (i.e. facility, equipment, engineering expertise, engineering documentation, qualified technician, production capacity etc.)

9. (CRITICAL) Describe relevant technical data in your possession that support the remanufacture activities for Rotary Switch SWU-58/A, and/or Guided Missile Flight Controller (GMFC) DCU-250/A, P/N 232-11270-21 as previously designed, implemented, and supported by OEM or other major ALCM subsystems.  If all necessary technical data not in firm's possession, state capability/plan to obtain.

10. (CRITICAL) Describe your ability to create technical procedures for the remanufacture of the Rotary Switch SWU-58/A. 

11. (CRITICAL) Describe your quality control programs to ensure the quality of the product.

12. (CRITICAL) List RELEVANT Government and/or commercial contracts with the following information:

a.       Contract number and description of services.
b.       Contracting officers' names, addresses, and telephone numbers.
c.        Program managers', project leads', and/or technical leads' names, addresses, telephone numbers and lists of tasks performed for these personnel.

13. (CRITICAL) Describe your ability to provide additional services/capability in the event of an immediate surge in requirements. 

INSTRUCTIONS FOR RESPONSE:

1.   Submit a 12-page (maximum) paper in the following format and including the following company information:
••  Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count.
••  Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12). Use at least 1-inch margins on the top and bottom and 1-inch side margins.
••  Capability statements need to address fully the 13 technical areas identified above.
••  Responses shall also include information regarding the following:
(1)    The level of contractor's interest (likelihood of submitting a proposal as a prime contractor)
(2)    Address potential teaming arrangement if likely to submit a proposal.
(3)    If a teaming arrangement is considered, describe tasks the prime would perform versus tasks the sub-contractor would perform.

2.  Interested parties should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. Provide qualification information (type and duration of employee experience relevant to the requirements) and the level of involvement (prime or sub-contractor) and time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. 

3.  Submit the following company information:
••    Company name and address.
••    Company business size by North American Industry Classification System NAICS code.
••    Small Business Type, if applicable.
••    Small Business Graduation Date Company size, provide number of employees and average annual revenue.
••    List any multiple award contracts that your company holds.
••    Point of Contact for questions and/or clarification.
••    Telephone number, fax number, and email address.
••    If proposing as a prime and considering the type of technical capability required for this work, would your company alone be capable of performing 50 percent of the work for this requirement? At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
••    Identify the risk areas associated with this effort and how those risks could be mitigated
••    North American Industry Classification Systems (NAICS) code. The NAICS Codes determined appropriate for this acquisition are 336419.
••    Can your company prime a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain.
•••    Does your company currently have a DCAA approved accounting system? How much experience has your company had with management of information technology contracts? If your company is considering priming this contract and is required to perform at least 50 percent of the work, how would work beyond in-house capabilities be handled?
•••    Does your company have a current DSS Facility Clearance of at least SECRET?

All Contractor personnel will be required to have a completed favorable National Agency Check Inquiry (NACI). Contractor personnel shall be required to obtain Common Access Cards (CACs) for the purpose of encryption and physical and digital identification for logical and physical access to government information.

Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Any proprietary information submitted in response to this synopsis will be appropriately protected when clearly identified as proprietary. Submitted materials will not be returned, and will be destroyed.

Submissions shall not contain any classified information.

The Government will not pay for any information submitted as a result of this synopsis. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation.  If a solicitation is issued it will be posted at a later date at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.

This synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services.

Information received will be considered solely for the purpose of ongoing market research.


Michael S. Payne, Procuring Contracting Officer, Phone 405-739-8841, Email michael.payne.5@us.af.mil - Courtney B. Snodgrass, Contracting Officer, Phone 405-739-8823, Email Courtney.Snodgrass@tinker.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP