Federal Bid

Last Updated on 10 Apr 2019 at 8 AM
Sources Sought
Eglin air force base Florida

Small Glide Munition

Solicitation ID FA8656-19-EBK-0001
Posted Date 26 Feb 2019 at 6 PM
Archive Date 10 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Eglin air force base Florida United states 32542
  SOURCES SOUGHT/ REQUEST FOR INFORMATION

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Rapid Acquisition Cell (EBK), is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing Small Glide Munitions (SGMs) that meet the below specifications.  All interested vendors shall submit a response demonstrating their capability to provide these items 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 332993, Ammunitions (except Small Arms) Manufacturing, with a size standard of 1500 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. In addition, identify if you have experience manufacturing ammunitions. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 single pages, no smaller than 12 point font and double spaced.  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 both the following e-mail address: [email protected] and stephen.gilligan.3@ us.af.mil. All correspondence should be sent via ARL Safe Access File Exchange (https://safe.arl.army.mil/) and shall contain a subject line that reads "FA8656-19-EBK-0001, Small Glide Munition (SGM)." 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 .xis 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 evaluate submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively review 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 26 March 2019. Direct all questions concerning this requirement to both Julianne Indelicato at [email protected] and Stephen Gilligan at [email protected].   

 

Small Glide Munition Standoff Precision Guided Munition (SGM SOPGM)

Operational Requirements Specifications

28 Oct 15

 

Munition must be capable of being employed from fixed wing and rotorcraft air platforms using both internal and external carriage in the USSOCOM Common Launch Tube (CLT).  Munition must be at least Technology Readiness level 8, flight qualified by demonstration, and at least Integration Readiness Level 4, prototype/demonstrator subjected to representative flight environments, in the USSOCOM Standoff Precision Guided Munition (SOPGM) architecture.  The SOPGM architecture employs weapons from a common launch tube using the Battle Management System (BMS) in use on AC-130W and other Special Operations Platforms. The munition must already be approved for live flight test on US National Ranges through one of the military service safety boards.

Other characteristics and capabilities must include:

•-       50 lbs, weight class

•-       Modular warhead that can be removed and replaced without modification to other munition components in non-factory environments.

•-       Lethal against people, in any position and moving, in the open, in vehicles (fixed, maneuvering, speeds up to 70 mph, non-armored). 

•-       Operator selected fuze mode, air burst or contact.  Both with delay capability.

•-       Employable 360 degrees from launch platform flight path with full engagement coverage underneath platform.

•-       Employable using the SOPGM BMS from any carriage orientation.

•-       Guidance using GPS/INS with Semi-Active Laser (SAL) seeker.  Accuracy within five (5) meters without SAL and one (1) meter with SAL demonstrated in flight test.  

•-       Attack angles up to 90 degrees (+/-5 degrees).

•-       Ability to add way points and/or selectable attack azimuth to flight software to enhance employment flexibility.

•-       Employable up to 35K feet mean sea level (MSL).

•-       Range greater than 20 nm +/- 90 degrees of release azimuth and greater than 15 nm +/- 180 degrees of release azimuth against stationary targets from 30K feet above ground level (AGL) at 150 Knots indicated airspeed (KIA).

•-       Employable against targets moving up to 70 mph at azimuths +/- 180 degrees from platform flight path from release altitudes of at least 10K feet AGL.

•-       Time to target less than 60 sec out to 4 nm and 25K feet AGL.

•-       Munition to be delivered in CLT with no field assembly or maintenance required.

•-       Captive Air Training Munitions that electronically replicate munition function through release required to support Operational Program Software (OFP) and BMS interoperability validation, and to support training.

•-       Munition must have Built-in-Test (BIT) to confirm munition is employment ready.  The BIT must be executable through the BMS and a hand carried field test set. 

•-       Government will not pay for production facilitization or munition design changes necessary to meet capability specified in this document. 

Bid Protests Not Available

Similar Past Bids

Eglin air force base Florida 20 Aug 2021 at 2 PM
Eglin air force base Florida 24 Aug 2021 at 1 PM
Location Unknown 27 Nov 2018 at 6 PM
Eglin air force base Florida 23 Nov 2015 at 3 PM
Huntsville Alabama 12 Jun 2015 at 3 PM