Bomb Rack Unit (BRU) 61/A Long Lead Parts
SOURCES SOUGHT/REQUEST FOR INFORMATION - The Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Miniature Munitions Division (EBM), is currently conducting market research to ident... SOURCES SOUGHT/REQUEST FOR INFORMATION - The Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Miniature Munitions Division (EBM), is currently conducting market research to identify companies that may possess the capabilities and experience to competently respond to the stated requirements which are inclusive of providing the hardware and quantities explicitly shown below in accordance with a specified timeline stated herein. In addition to providing the below hardware, companies are also required to possess all the necessary personnel, equipment, supplies, facilities, transportation, materials, management, and all other resources capable of providing and/or performing development, qualification, integration and test activities for delivering the long lead parts identified below to be integrated into the current Bomb Rack Unit (BRU) -61 design and support Small Diameter Bomb (SDB) Increment II (GBU-53/B) separation and jettison tests on the F-35 aircraft platform in 3QFY20. Part Number Part Description Quantity B65160-1 270 VDC Compressor System - Regenerative Dryer 6 B53675-3 Valve Accumulator Assembly - BRU-61 24 The BRU-61 is part of the Small Diameter Bomb (SDB) Increment I weapons system. The original equipment manufacturer (OEM) is not required to provide SDB I equipment, supplies, materials, drawings or build-to technical data package (TDP) for the system or subject parts. In addition, the Government does not possess the data rights to provide information to potential offerors. 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. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement, following the direction below, 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. INFORMATION REQUESTED: All interested vendors shall provide a response that clearly demonstrates an ability to meet the delivery, qualification, integration and testing of the parts highlighted above for BRU-61 system integration within the stated delivery timeframe stated herein. The BRU-61 integration activities include, but is not limited to, the SDBII (GBU-53/B) onto F-35 platform. Responders are requested to provide (at a minimum) responses to outlined items discussed below. •1. Provide evidence of your company's understanding of the requirement, along with detailed information on how your company intends to execute the requirement within the stated timeline, as stated. •2. Provide information associated with any previous integration experience regarding part number B65160-1 and B53675-3 on the BRU-61 system. Indicate the contract number and Government point of contact information for the aforementioned contract, should it exist. •3. If your company does not have explicit integration experience with the aforementioned parts, please provide any similar integration information associated with any other relevant integration experience on the BRU-61/A system. Indicate the contract number and Government point of contact information for the aforementioned contract, should it exist. If you are able to adequately respond to question 2 above, a response to question 3 is not required. •4. Identify the highest technical, cost and schedule risk(s) associated with delivery, qualification and integration of the hardware on the BRU-61 to meet the stated scheduled timeframe. •5. How long will it take your company, from receipt of award, to deliver the production hardware? Additionally, how long will it take your company to complete all necessary testing, qualification, and integration on the BRU-61? Please provide a detailed schedule. •a. Include any assumptions you have made to create this timeline •b. Provide evidence that you can deliver, all the hardware outlined above and successfully test, qualify and integrate on the BRU-61 by the required need date RFI respondents should respond to the questions stated above not later than 31 Jan 2019. Responses must not exceed fifteen (15) pages in length and should be submitted in MS-Word 2016 compatible format, single-spaced, Times New Roman font twelve (12) point font size, and 1-inch margins. Responses that do not adhere to the aforementioned requirements will be eliminated from consideration. All correspondence sent via email shall contain a subject line that reads "ATTN: BRU-61/A Long Lead Parts" 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. The Government reserves the right to seek clarification on any submissions/responses without incurring or reimbursing any costs. The NAICS Code assigned to this acquisition is 336413 - Other Aircraft and Auxiliary Equipment Mfg, with a size standard of 1250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status. 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. The information provided in the notice is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed Government employees, along with Advisory and Assistance Services (A&AS) contractors will review submitted responses to this sources sought. Respective A&AS employees have standard Non-Disclosure Agreements available to the cognizant Government contracting offices. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »