Aging and Surveillance (A&S) for the AGM-86 Air Launched Cruise Missile (ALCM)

SOL #: FA812819R0002Combined Synopsis/Solicitation

Overview

Buyer

Buyer not available

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Aerospace Craft Components And Accessories (16)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 23, 2019
2
Last Updated
Apr 2, 2019
3
Submission Deadline
Apr 1, 2019, 9:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Solicitation Number: FA812819R0002

Notice Type: Combined Synopsis/Solicitation for:
Aging and Surveillance (A&S) for the AGM-86 Air Launched Cruise Missile (ALCM)

Agency: Department of the Air Force (AF)

Office: Air Force Material Command; Air Fource Nuclear Weapons Center, Missile Sustainment Division, Tinker AFB OK

NACIS Code: 541330 Engineering Services

Duration of Contract Period: 10-Year Contract, Options and extensions to be delineated

Description(s):

This is a combined synopsis/solicitation for Professional Engineering Commercial Services that will be performed in accordance with the format in FAR 12 and 15.3, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.

The solicitation number FA812819R0002 is being issued as a request for proposal.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations and relevant Supplements.

This acquisition is issued as a 100 percent set aside for small business. All responsible sources may submit a capability statement and proposal, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 541330.

The requirement is for Aging and Surveillance for the ALCM System and Service STAR equipment maintenance (place of maintenance is Hill AFB).

This solicitation is for a performance based effort to sustain and manage life cycle support services for the AGM-86B Air Launched Cruise Missile (ALCM) Aging and Surveillance (A&S) Laboratory Test Program. This program is necessary for engineering, technical support and sustainment of specific critical ALCM subsystems. The aging surveillance accommodated by this effort surrounds four subsystems: the Warhead Arming Device (WAD), Rotary Switch (RS), Impact Sensor (IS) and Guided Missile Flight Controller (GMFC). Performance of the WAD, RS and IS directly impacts nuclear weapon arming and fuzing, and performance of the GMFC is critical to missile navigation.

The Contractor shall be responsible to provide and manage facilities, labor, services, equipment, tools, parts and materials not explicitly stated as Government furnished/provided to perform the requirements for this contract. Please see Attachment 1; Performance Work Statement for further information regarding the services required.
 
The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The Government will award a Firm-Fixed-Price service contract resulting from this solicitation to the responsible Offeror whose offer conforms to the highly technical solicitation that is best value to the Government; Full Trade-Off


The Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.SAM.gov prior to submitting an offer.

Additional terms and conditions are required per this RFP.

DISCLAIMER: The information being requested does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.


An Ombudsman has been appointed to hear concerns from Offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273.

This contract will have a two-three month transition period, an 18-month base period, and 8 one-year options. The Government may require the contractor to continue performance for an additional period of up to 6 months IAW FAR 52.217-8 Option to Extend Services, for a total contract performance period of 10 years. This is a competitive source selection conducted in accordance with FAR Part 12 and 15.3, as supplemented, in which the Government may trade off competing Offeror's technical risk with past performance and price, for all technically acceptable proposals. The technical evaluation factors are as follows: (1) Maintenance & Sustainment of Service STAR equipment; (2)
Transition of test equipment (receiving Contractor facility) (
3) Test Data Interpretation continuity; (4) Expertise/Experience on same/similar test equipment used in A&S Program; (5) Analysis of Warhead Arming Devise (WAD), Rotary Switch (RS), Impact Sensor (IS) and Guided Missile Flight Controller (GMFC) assets; and (6) Aging Studies (ASIA; Flight Test investigation)

The Government will evaluate past performance as approximately equal to price on technically acceptable proposals. Award will be made to the Offeror who is deemed responsible in accordance with the FAR Part 9, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by FAR 52.212-1 -Instructions to Offerors), and is assessed based on the evaluation factors and subfactors to represent the best value to the Government. The Government seeks to award to the Offeror who gives the Air Force the greatest confidence they will best meet the requirements.

This is an update to FBO Sources Sought AS2019-29 issued 11 July 2018. All future updates will be posted to this page only as of 23 Feb 19.

Any questions regarding this notice should be directed to Courteney Gill, AFNWC/PZNT, by email to courteney.gill@us.af.mil AND Helaina Germosen at helaina.germosen@us.af.mil. All proposals are due to the Government NO LATER THAN 01 APRIL, 2019 at 3:30 PM CST.

People

Points of Contact

Courteney GillContract SpecialistPRIMARY
Helaina GermosenContracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Combined Synopsis/Solicitation
Posted: Apr 2, 2019
View
Version 9
Combined Synopsis/Solicitation
Posted: Apr 1, 2019
View
Version 8
Combined Synopsis/Solicitation
Posted: Mar 29, 2019
View
Version 7
Combined Synopsis/Solicitation
Posted: Mar 27, 2019
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 26, 2019
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 14, 2019
Version 4
Combined Synopsis/Solicitation
Posted: Mar 14, 2019
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 8, 2019
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 6, 2019
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 23, 2019
View