Request for Information
GBU-57 Massive Ordnance Penetrator Warhead Demilitarization Capability
This is a Sources Sought Synopsis/ Request for Information for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division seeks information on potential sources for a contemplated procurement of a demilitarization (DMIL) capability for the GBU-57 MOP Warhead. The intent of this Sources Sought Notice/Request for Information is to conduct a market investigation to collect supporting data and documentation on which to base an appropriate acquisition strategy. The North American Industry Classification System (NAICS) Code for this effort is 332993 (Ammunition (except Small Arms) Manufacturing); with a small business size standard of 1,500 employees.
Interested and capable sources are encouraged to respond to this synopsis with a Statement of Capabilities demonstrating their ability to DMIL a GBU-57 MOP Warhead. This effort may include the disposal and/or detonation of the entire 5200 lb. removed billet and parts, sets in accordance with the specifications/drawings. Furthermore, the Statement of Capabilities should, at a minimum, provide evidence that the contractor: (a) has engaged in or has the ability to engage in this type of weapon demilling; (b) possesses or has access to the necessary equipment, data, personnel, manufacturing facilities and financial resources to fulfill the requirement of efforts of this type; and (c) has the capability to accomplish the demilling efforts required for a similar weapon system. The Statement of Capabilities can also include evidence that the vendor has successfully managed and maintained demilling for customers for at least 2 years (submit names, addresses, and phone numbers of references and a point of contact for each). The Statement of Capabilities must demonstrate the source's ability to perform high level of demilling processes and techniques which clearly demonstrate the source's understanding of relevant explosive and engineering techniques for demilling large cases such as the BLU-109 or the MOAB.
In addition to the Statement of Capabilities, firms responding to this announcement should include company name, CAGE code, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUBZone small business, small disadvantaged business, or women-owned small business. Please limit your Statement of Capabilities to no more than 10 single spaced, 10-point font typed pages.
Small businesses are encouraged to submit a Statement of Capabilities demonstrating their ability to demil a portion of the requirement, even if they do not possess the capabilities to demil the entire requirement.
This RFI will consist of two phases. The first phase will be the submittal of an initial/draft Statement of Capabilities. The second phase will be the submittal of a final Statement of Capabilities after the Contractor and Government have had the opportunity to answer questions and receive pertinent information. Upon receipt/evaluation of the Contractor's Statement of Capabilities, phase one, the Government will provide a preliminary Technical Data Package (TDP), with the applicable advisory documentation, upon request, to potential qualified manufacturers. The TDP is for the purpose of submitting the final Statement of Capabilities, phase two, only and no manufacturing is authorized using the preliminary TDP. The TDP is marked Distribution D - Distribution authorized to Department of Defense and U.S. DOD contractors only, critical technology 20 Jun 2015 and contains technical data whose export is restricted by the arms export control act (Title 22, U.S.C 2751 ET SEQ) or the export administration act of 1979, as amended, Title 50 U.S.C. Manufacturers must be registered with the Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp. The TDP will be sent directly to the contractor listed under the applicable CAGE code/JCP certification number. All requests for the TDP and applicable advisory documentations must be submitted to the contracting point of contact listed below. Note: Requests for drawings will NOT be accepted after 4 PM Central Time on March 11, 2019.
An Ombudsman has been appointed to address concerns of potential sources. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting point of contact identified below. The Ombudsman is Lt Col Brian Miller, AFLCMC/AQP; phone 937-255-5512.
Email your Statement of Capability in either a PDF or MS Word format. Responses should be submitted to Tasha Monan, Contract Specialist, by e-mail no later than 4 PM Central Time on March 11, 2019 at [email protected].