The RFP Database
New business relationships start here

F-35 Weapons Integration Tool Sets


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

This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting all of the requirements for providing F-35 Toolsets to the Air Force Seek Eagle Office (AFSEO) at Eglin Air Force Base.

The Air Force intends to issue a contract to procure F-35 Toolsets within AFSEO. Tools are needed to provide engineering data, tools and support for the development of an initial F-35A Aircraft-Store Compatibility (ASC) capability. AFSEO's mission is to ensure new warfighter capabilities through the application and transfer of aircraft-store compatibility expertise for the USAF. During the Systems Development and Demonstration (SDD) Phase the analysis prior to issuing a flight clearance for Developmental Test and Evaluation is being performed by the F35 Lightning II Joint Program Office (JPO). They have contracted directly with Lockheed Martin to produce the necessary flight clearances for F-35A flight testing of weapons. Air Combat Command (ACC) will rely on AFSEO's organic capability to produce the products after Initial Operational Capability is achieved currently anticipated for Jul 2016.
The Air Force anticipates utilizing a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Air Force anticipates the ordering period will be a base year and four (4) option years. Information is being collected from all potential sources that can supply all of the tools and associated services within the specified delivery schedule. Firms responding to this announcement shall indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 488190, size standard 750 employees. All prospective contractors must be registered in the System for Acquisition Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.
All interested contractors shall submit a 6-8 page capabilities document. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements: (1) the company has the technical knowledge and/or manufacturing capability to acquire/produce the spare components listed above; (2) the delivered spare components will be produced in compliance with "International Standard ISO 9001", Quality Management Systems Requirements; and (3) Demonstrate that the tools and services under this requirement are sufficient enough to allow AFSEO to ultimately issue flight clearances. The Air Force has no development funding for this procurement. Data tools for the F-35 will be procured using RDT&E and Operations and Maintenance (O&M) funding.
Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. Please submit one (1) electronic copy of your response to AFTC/PZIE (Eglin), Mr. Lance Haywood, lance.haywood.1@us.af.mil no later than February 28, 2015 (date) at 1pm Central Time.
The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website.
If you have any questions, you may contact Mr. Lance Haywood, Contracting Specialist, at lance.haywood.1@us.af.mil or Mr. Jason Carter, Contracting Officer at jason.carter.11@us.af.mil


Lance D. Haywood, Contract Specialist , Phone 8508825041, Email lance.haywood.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP