Florida Bids > Bid Detail

Phase III: Tooling and Test Equipment for Increased Joint Air-to-Surface Standoff Missile (JASSM) & Long-Range Anti-Ship Missile (LRASM) Production

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159050966835620
Posted Date: Dec 3, 2022
Due Date: Dec 16, 2022
Solicitation No: FA8682-19-C-0008P00016
Source: https://sam.gov/opp/9f9313430f...
Follow
Phase III: Tooling and Test Equipment for Increased Joint Air-to-Surface Standoff Missile (JASSM) & Long-Range Anti-Ship Missile (LRASM) Production
Active
Contract Opportunity
Notice ID
FA8682-19-C-0008P00016
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: Dec 02, 2022 05:21 pm CST
  • Original Response Date: Dec 16, 2022 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1410 - GUIDED MISSILES
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
Description

This is official notification that the Armament Directorate (EB), Joint Air to Surface Standoff Missile (JASSM)/Long Range Anti-Ship Missile (LRASM) Program Office intends to solicit and award a sole source contract and/or separate contract(s) under the authority of FAR 6.302-1 to Lockheed Martin Missiles and Fire Control/Integrated Systems, 5600 West Sand Lake Road, Orlando FL 32819. This acquisition will be a contract modification, using Cost Plus Fixed Fee (CPFF) CLINs. The Period of Performance is Contract Award through Feb 2027 (estimated: Oct 2023 - Feb 2027).



Lockheed Martin is the current producer and sustainment provider for the JASSM and LRASM weapon systems and is the only known company that has detailed knowledge necessary to provide the required JASSM/ LRASM specific support. No Government owned technical data package exists to provide to other companies. Therefore, the Government is unable to provide Government property/Government special tooling/special test equipment/technical data packages to any prospective new source. Fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture. Anticipated award of this contract modification is on or about Oct 2023.



The scope of this contract modification includes direction to increase the JASSM/LRASM inventory to a yearly capacity rate of quantity 1,100 in the new JASSM production facility in Troy, AL in combination with the existing facility. In order to accomplish the new direction, tooling (including supplier tooling and special test equipment) is needed. This requirement is to procure equipment needed to increase JASSM/LRASM production to a maximum rate where installation is required. As Lockheed Martin Missiles and Fire Control’s obligations under existing contracts continue, any Government-owned peculiar equipment will not be available to any second source. For subcontracting opportunities, please contact Althea Stearns, Lockheed Martin Missiles and Fire Control, althea.l.stearns@lmco.com.



All interested vendors shall submit a response demonstrating their capability to provide JASSM missile production, supplier tooling, and test equipment 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 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: samantha.westbrook.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads “FA8682-19-C-0008 P000xx Phase III: Tooling and Test Equipment for Increased Joint Air-to-Surface Standoff Missile (JASSM) & Long-Range Anti-Ship Missile (LRASM) Production”. 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 FedBizOpps.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 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.



RESPONSES ARE DUE NO LATER THAN 4:00 P.M. (CST) ON 16 December 2022. Direct all questions concerning this requirement to Samantha Westbrook at samantha.westbrook.2@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
  • Dec 02, 2022 05:21 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 >