The RFP Database
New business relationships start here

NOTICE OF PROPOSED CONTRACT ACTION


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

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Miniature Munitions Division (EBM), intends to solicit and award a sole source contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 U.S.C. 2304(c)(1)) to Raytheon Missile Systems (RMS), 1151 E. Hermans Road, Tucson, AZ 85756-9367.  This will include, but is not limited to, Small Diameter Bomb Increment II (SDB II) follow-on production for Lots 6 and 7 for US and FMS customers. 

The contractor shall provide an SDB II-like weapon (GBU-53/B) with the capability to be in production in FY2020.  The weapon shall communicate with its controller by way of tactical, line-of-sight Link 16 or UHF data link networks.  The SDB II shall have the capability to attack mobile, land, or sea based targets, tracked or wheeled vehicles, through adverse weather with standoff capability outside of point defenses while retaining legacy SBD I weapon capability of GPS/Intertial Navigation System, and precision laser-guided attack.  The weapon must be integrated on USAF F-15E Suite 8 OFP aircraft and a BRU-61A/A smart rack and be system integratable with the F-35B Block 4 OFP, F-35C Block 4 OFP, F/A-18E/F H14+ OFP, and Joint Miniature Munition Bomb Rack Unit in development.  Requirements include, but are not limited to all efforts related to SDB II production and will require the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, management, supervision, other items and non-personal services necessary to perform SDB II Production. 

In accordance with FAR 5.207(c), responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.  This notice of intent is not a request for competitive proposals, but all proposals received within fifteen (15) days after publication of synopsis will be considered by the Government.  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. 


THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL.  RMS is the current SDB II prime contractor and has sole responsibility for performance and warranty of the SDB II weapon system.  To perform this effort, a contractor must have a detailed knowledge of the SDB II weapon system, including all of its subcomponents, and be familiar with the system modes of operations to meet performance specifications.  The Government does not own/possess a Technical Data Package for the SDB II weapon system nor will the Government provide one to complete this effort.  RMS is the only known existing source of the technical expertise to support this requirement.

The NAICS Code assigned to this acquisition is 332993, Ammunition (Except Small Arms) Manufacturing, with a size standard of 1500 persons. 

The Air Force Life Cycle Management Center has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition.  The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel.  When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern.  The Ombudsman does not participate in the evaluation of proposals or in the source selection process.  Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather the Contracting Officer identified.  For any other concerns, interested parties may contact the following Air Force Life Cycle Management (AFLCMC) Ombudsman:


Col. Kenneth L. Decker, Jr. (Primary) and Ms. Jill Willingham-Allen (Alternate), AFLCMC/AQP, 1790 10th Street, Bldg. 572, Rm 209B, Wright-Patterson AFB, OH 45433-7630, (937) 255-5472, Kenneth.decker.1@us.af.mil and jill.willinghamallen.1@us.af.mil.

Communications concerning this acquisition should be directed to Linda Smith, Contract Specialist, (850) 883-2916; e-mail linda.smith.34@us.af.mil or Cynthia Smith, Contracting Officer at AFLCMC/EBMK, 102 West D Avenue, Bldg 11, Eglin AFB, FL 32542 at (850) 883-2542; e-mail cynthia.smith.19@us.af.mil.

RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 06 July 2018.  Direct all questions concerning this requirement to  linda.smith.34@us.af.mil.


Linda V. Smith, Contract Specialist, Phone 8508832916, Email linda.smith.34@us.af.mil - Cynthia C. Smith, Contracting Officer, Phone 8508832542, Email cynthia.smith.19@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP