Oklahoma Bids > Bid Detail

Air Launch Cruise Missile Engineering Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159432377552946
Posted Date: Sep 11, 2023
Due Date: Oct 11, 2023
Solicitation No: ALCMESFA812824R0001
Source: https://sam.gov/opp/f6f7103d81...
Follow
Air Launch Cruise Missile Engineering Services
Active
Contract Opportunity
Notice ID
ALCMESFA812824R0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE NUCLEAR WEAPON CENTER
Sub Command 2
STRATEGIC SYSTEMS-AFNWC
Office
FA8128 AFNWC PZN
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Sep 11, 2023 09:13 am CDT
  • Original Published Date: Sep 11, 2023 09:06 am CDT
  • Updated Response Date: Oct 11, 2023 03:00 pm CDT
  • Original Response Date: Nov 11, 2023 03:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 26, 2023
  • Original Inactive Date: Nov 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1420 - GUIDED MISSILE COMPONENTS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS SYNOPSIS IS A PRE SOLICITATION NOTIFICATION OF THE GOVERNMENTS INTENT TO AWARD A SOLE SOURCE CONTRACT.





IAW MP 5332.7 Funds Availability



“Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under until funds are available. The Government reserves the right to not solicit this requirement or cancel the solicitation after issuance, either before or after the closing date. In the event the Government cancels the solicitation, the Government has no obligation to reimburse an offeror for any costs.”





General Information



Document Type: Pre-Solicitation Synopsis



Program: Air Launch Cruise Missile



Solicitation Number: FA8128-24-R-0001



Posted Date: 11 SEP 2023



Solicitation Date: 10 Oct 2023 (Estimated)





Anticipated Contract Award: 23 February 2024 (Estimated)



PR Number: FD2030-23-32205



Nomenclature/Noun: Air Launch Cruise Missile Engineering Services



Product/Service Code: J014



Application: ALCM





Contracting Office Address



Department of the Air Force, AFNWC/PZNT, Tinker AFB, 7330 Sentry Blvd., Tinker AFB, OK 73145, UNITED STATES





Description



Air Launch Cruise Missile Engineering Services.



Air Launch Cruise Missile Engineering Services contract will provide recurring and nonrecurring logistics and engineering services to maintain the Air Launched Cruise Missile (ALCM) weapon system integrity. These services are for the sustainment of the ALCM weapon system world-wide. These services require the availability and use of the ALCM System Integration Laboratory (ASIL), ALCM Software Development Laboratory (ASDL), Telemetry Data ANALYSIS Laboratory (TDAL), and flight and ground test support, and Diminishing Manufacturing Sources and Material Shortage reporting. This requirement also includes support on legacy B-52 strategic cruise missile integration, carriage equipment and peculiar support equipment.



The purpose of this synopsis is to notify industry of the Air Forces’ intent to award a Sole Source contract directed toward The Boeing Company, (Cage Code: 1N929) 6001 S Air Depot Blvd, Oklahoma City, OK 73135 the only qualified source.



Only the Original Equipment Manufacturer can provide this service due to unique engineering expertise, military unique, proprietary data, contractor owned facilities, as well as joint use Government support equipment (SE) and test equipment (TE). No other vendor besides the OEM (Boeing) has access to the data required to perform the needed tasks.



Contractor shall manage all materials, services, subcontractors, and facilities required to accomplish the efforts listed within the Performance Work Statement (PWS). Contractor furnished material or parts shall meet or exceed performance specifications of originally installed parts. Interchangeability with the original material or part is required. Form, fit and function of the end item shall not be altered by installation of Contractor furnished material or parts.



The Contractor will provide maintenance of all Government Furnished Equipment (GFE), Government Furnished Material (GFM), and Government Furnished Property (GFP) covered under the awarded contract.



The proposed North American Industry Classification Systems (NAICS) Code is as follows:




  • 541330 Engineering Services





CONTRACT TYPE, PERIOD OF PERFORMANCE AND SMALL BUSINESS SUBCONTRACTING



The current acquisition strategy is to issue an IDIQ, definitive contract, (4) two-year ordering periods and (1) one-year ordering period, plus a six-month option for Continuation of Services under FAR 52.217-8. The IDIQ will contain yearly Task Order awards for the recurring engineering, and as needed Task Orders for nonrecurring negotiated efforts. The Contract Line Item Number (CLIN) structure used for recurring engineering will be Fixed Price Incentive Firm Target (FPIF) which will eventually transition to Firm Fixed Price (FFP), if appropriate. Additionally, the CLIN structure used for recurring Technical Inquiries will be Cost Plus Fixed Fee Level of Effort (CPFF LOE). The CLIN structure used for nonrecurring engineering will be dependent upon the efforts tasked, requirement definition, risk, urgency, period of performance, technical data availability, etc.; Fixed Price Incentive Firm Target (FPIF), Cost Plus Incentive Fee (CPIF), and Cost Plus Fixed Fee (CPFF). The CLIN structure used for Travel and Material will be Cost Reimbursement - No Fee (CR-No Fee). The CLIN structure used for Pre-Air Launch Munition Analysis Group (ALMAG) and Over and Above will be Firm Fixed Price (FFP). The contemplated period of performance is 23 February 2024 to 1 February 2028. The government has determined that this effort will not be small business set-aside. The contractor will be required to meet all small business participation requirements included in the contract and fulfill all the requirements of the subcontracting plan included in the contract.





The anticipated Contract particulars are as follows:



NOUN: Air Launch Cruise Missile Engineering Services



(4) Two Year Ordering Periods and (1) One Year Ordering Period



Period of Performance: 1 February 2024 to 31 July 2033





CONTRACTING OFFICE POC



Name: Natalie Green



Title: Contracting Officer



Office: AFNWC/PZNT



Phone #: (918) 429-3748



Email: natalie.green.2@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 622 7263 7330 SENTRY BLVD BLDG 469
  • TINKER AFB , OK 73145-9093
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >