Search Contract Opportunities

SDB II, Tech Refresh FA8681-24-D-B001

ID: 24DB001-R0001 • Type: Sources Sought

Description

SOURCES SOUGHT/REQUEST FOR INFORMATION

FA8681-24-D-B001, SDB II, Tech Refresh

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 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 business that are capable of performing all activities necessary to redesign, integrate, qualify and test changes to the Small Diameter Bomb Increment II (SDB II) production baseline; execute changes to production equipment and processes; demonstrate readiness for production cut-in; and enable fielding of future production configuration(s). Requirements include, but are not limited to, the redesign, test validation and verification, and production readiness of the SDB II millimeter wave (mmW) transceiver, Control Actuation System (CAS), and all other affected subcomponents.

Examples of planned efforts include:

a) Program management and business management

b) Systems engineering and integration (including systems security engineering)

c) Hardware redesign and development

d) Software design, development, and assurance

e) Supply chain secured against counterfeiting and malicious insertion

f) Modeling and simulation

g) Qualification and testing (to include support to Government test)

h) Prototype and production representative hardware builds

i) Aircraft, weapon, and carriage integration

j) Manufacturing readiness (to include production engineering, change management, and qualification)

k) Fielding and logistics support

l) Support equipment modifications

The SDB II Original Equipment Manufacturer (OEM) will not provide SDB II test assets as a subcontractor and the Government is unable to provide test assets as Government Furnished Property (GFP). A build-to technical data package (TDP) for test assets is not available due to the on-going development of SDB II test assets.

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, Bombs 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, sole-source 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: nataly.pringle.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads FA8681-24-D-B001, SDB II, Tech Refresh . 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 5:00 P.M. (CST) on 3 August 2023. Direct all questions concerning this requirement to Nataly Pringle at nataly.pringle.1@us.af.mil.

Overview

Response Deadline
Aug. 3, 2023, 6:00 p.m. EDT Past Due
Posted
July 19, 2023, 4:26 p.m. EDT
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
27%
On 7/19/23 AFLCMC Eglin AFB issued Sources Sought 24DB001-R0001 for SDB II, Tech Refresh FA8681-24-D-B001 due 8/3/23. The opportunity was issued full & open with NAICS 332993 and PSC 1325.
Primary Contact
Name
Nataly Pringle   Profile
Phone
None

Secondary Contact

Name
Keith Clift   Profile
Phone
None

Documents

Posted documents for Sources Sought 24DB001-R0001

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 24DB001-R0001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 24DB001-R0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 24DB001-R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > WEAPONS > FA8681 AFLCMC EBD
FPDS Organization Code
5700-FA8681
Source Organization Code
500020390
Last Updated
Aug. 18, 2023
Last Updated By
nataly.pringle.1@us.af.mil
Archive Date
Aug. 18, 2023