Pursuant to Federal Acquisition Regulation (FAR) 6.302-1, The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, intends to issue a sole source, Indefinite Delivery - Indefinite Quantity (IDIQ), contract to The Boeing Company, P.O. Box 516, St. Louis, MO 63166 (CAGE 76301) for Small Diameter Bomb Increment I (SDB I), Aircraft Integration, Test, & Program Support and will require the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, management, supervision, and other items and non-personal services necessary to perform Aircraft Integration, Test, & Program Support. Under this five-year contemplated contract, the contractor will be required to provide the following in support of SDB I : Small Diameter Bomb I (SDB-I) Aircraft Integration, Test, & Program Support to support both SDB I Production Lots 15-19 and Contractor
Logistics Support CY2018-2023, which will include modernization (systems engineering, program management, systems integration, flight testing), and obsolescence (managing parts shortages and diminishing manufacturing sources) for DoD and Foreign Military Sales (FMS), including procuring Test Assets. The SDB I Original Equipment Manufacturer (OEM) is not required to provide SDB I equipment, supplies, materials or a build-to technical data package (TDP) for this system. The NAICS Code assigned to this acquisition is 332993, Ammunition (except Small Arms) Manufacturing, with a size standard of 1500 persons. This notice of intent is being published in accordance with FAR 5.2 requiring the dissemination of information on proposed contract actions. This is a notice of intent to award a sole source contract. The statutory authority for this sole source procurement is 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1. There is a reasonable basis to conclude that the supplies or services are available from only one responsible source and no other supplies or services will satisfy agency requirements.This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capability in response to the requirement. Any responses or inquiries to this notice must demonstrate clear and convincing evidence that competition will be advantageous to the Government. The Government will not pay for information submitted. A determination not to compete this requirement, based upon responses to this and previous notices, is solely within the discretion of the Government. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 13 Mar 2019. Direct all questions concerning this requirement to Randy Miller at
randy.miller.16@us.af.mil or Donald Perkins at
donald.perkins.1@us.af.mil .