Small Diameter Bomb II, Contractor Logistics Support (CLS)

From: Federal Government(Federal)
FA8681-24-C-CLS-01

Basic Details

started - 22 May, 2023 (11 months ago)

Start Date

22 May, 2023 (11 months ago)
due - 06 Jun, 2024 (in 1 month)

Due Date

06 Jun, 2024 (in 1 month)
Bid Notification

Type

Bid Notification
FA8681-24-C-CLS-01

Identifier

FA8681-24-C-CLS-01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statements from potential sources, including Small Businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Woman-Owned Small Business (WOSB), and Service Disabled Veteran Owned Small Business (SDVOSB), that are capable of Contractor Logistic Support (CLS) for the Small Diameter Bomb Increment II (SDB II), throughout the Production and Deployments (P&D) and Operations and Support (O&S) phases of the weapon system lifecycle. This requirement includes, but is not limited to: all efforts related to SDB-II sustainment and will require the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, management, supervision, field support, accountability, storage, non-warranty repair, and
non-personal services necessary to perform CLS. Under the contemplated contract, the contractor will be required to provide the following services in support of SDB II: non-warranted repairs, Operational Safety, Suitability and Effectiveness (OSS&E) testing, technical support for fielded items, WSEP test support, technical order updates, SW integration support, storage and management of spares pool inventory, shipping, repair and/or replacement of failed assemblies/sections/components, and provide the ability to procure spare assemblies/sections/components. The SDB II Original Equipment Manufacturer (OEM) is not required to provide SDB II equipment, supplies, materials or a build-to technical data package (TDP) for this system. All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below. 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 decision to solicit for a contract shall be solely within the Government’s discretion. The 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. 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’s 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. 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: layfoya.johnson.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads “[CTRCUAASD1]Small Diameter Bomb II, Contractor Logistics Support (CLS)”. 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, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 6 June 2023 Direct all questions concerning this requirement to Layfoya Johnson at layfoya.johnson.1@us.af.mil.

Eglin AFB, FL, 32542, USALocation

Place Of Performance : Eglin AFB, FL, 32542, USA

Country : United StatesState : Florida

You may also like

SMALL DIAMETER BOMB INCREMENT II PROGRAM

Due: 09 Aug, 2024 (in 3 months)Agency: DEPT OF DEFENSE

SMALL DIAMETER BOMB INCREMENT II (SDB II)

Due: 09 Aug, 2024 (in 3 months)Agency: DEPT OF DEFENSE

SMALL DIAMETER BOMB INCREMENT II FUNDING ONLY

Due: 09 Aug, 2024 (in 3 months)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 332993
Classification CodeCode J010