Correction To Long Range Anti-Ship Missile (LRASM) Lots 7 & 8

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159007908982481
Posted Date: Nov 23, 2022
Due Date: Dec 3, 2022
Solicitation No: FA868223C0001SSSv2
Source: Members Only
Follow
Correction To Long Range Anti-Ship Missile (LRASM) Lots 7 & 8
Active
Contract Opportunity
Notice ID
FA868223C0001SSSv2
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
WEAPONS
Office
FA8682 AFLCMC EBJK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 23, 2022 02:08 pm CST
  • Original Response Date: Dec 03, 2022 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 04, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Orlando , FL 32819
    USA
Description

This is a correction to Notice ID FA868223C0001SSS posted on 04 Nov 2022. The notice identified requirements for 246 LRASM AGM-158C-1s and test assets in Lot 8 but did not mention LRASM AGM-158-C-3s as part of that quantity. The rest of this notice is the same as previously posted.



The Department of Defense, United States Air Force (USAF), Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Long Range Division (EBJ) is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing approximately 175 Air-launched Offensive Anti-Surface Warfare (OASuW) Long Range Anti-Ship Missile (LRASM), AGM-158C-1 and test assets to fulfill Lot 7 requirements. The Government also intends on procuring approximately 246 Air-launched Offensive Anti-Surface Warfare (OASuW) Long Range Anti-Ship Missile (LRASM), AGM-158C-1, AGM-158C-3, and test assets to fulfill Lot 8 requirements. The weapon system consists of the All-Up-Round (AUR) missile including all missile hardware and software, missile container, missile-to-aircraft interfaces, missile mission planning software, and missile maintenance software modules. The contractor shall integrate all aspects of the LRASM Lots 7 and 8 effort to produce and deliver missiles that meet the System Performance Specification (SPS) requirements. All sustainment efforts to include operational safety, suitability, and effectiveness are also part of the Lots 7 and 8 procurement as well as tooling and test equipment. The contractor shall also be capable of installing iTIKs in LRASM missiles in support of flight test. In addition to the LRASM missile hardware and software, this weapon system includes telemetry instrumentation kits, precision targeting image software, a Weapon System Simulator, technical data, obsolescence management, upgrades, production implementation, pre-planned product improvement, sustainment, aircraft integration, non-warranty repair, containers, and other related items. Related support items and services include, but are not limited to missile hardware spares, replacement parts, program management, engineering, logistics, test support, support equipment, software/hardware upgrades for production missiles, associated data, to include all necessary facilities, equipment, labor, tools and test equipment. Sustainment activities include LRASM system repair plus the repair infrastructure; and any other supplies or services needed to sustain the LRASM program over the life of the system. Repair infrastructure includes program management, replacement parts, special tooling maintenance, business management, hardware demilitarization/disposal and administrative support. Sustainment requirements are anticipated to include the repair capability for the estimated quantities listed above that cover non-warranted missiles and other support items. This procurement is a follow-on to existing production contracts. Deliveries for this procurement are anticipated to begin approximately 38 months after contract award. The objective of this sources sought synopsis is to determine what resources are available to perform this specific type of requirement. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacturing and production. As current production contracts continue, any Government-owned peculiar equipment will not be available to any second source.



All interested vendors shall submit a response demonstrating their capability to provide up to the quantities described above for LRASM Lot 7 and LRASM Lot 8 and all sustainment efforts to the 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 competitive 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 336414, Guided Missile and Space Vehicle Manufacturing, with a size standard of 1250 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: grisselle.brown@us.af.mil. All correspondence sent via email shall contain a subject line that reads “FA8682-23-C-0001 LRASM Lots 7 and 8”. 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, .xlsx, or .xls documents are attached to your email. All other attachments may be deleted.



All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in SAM.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or competitive solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.



Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor’s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.



Respondents to the previous noticed posted on 04 Nov 2022 need not respond again to this Source Sought Synopsis unless the addition of “AGM-158C-3s” to Lot 8 changes the previous response.



RESPONSES ARE DUE NO LATER THAN 4:00 P.M. (CST) ON 3 DECEMBER 2022. Direct all questions concerning this requirement to Grisselle Brown at grisselle.brown@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 850 883 5329 205 W D AVE BLDG 350 STE 632
  • EGLIN AFB , FL 32542-6883
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 23, 2022 02:08 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >