Missouri Bids > Bid Detail

SDB I Contractor Logistics Support (CLS) Synopsis

Agency:
Level of Government: Federal
Category:
  • L - Technical Representative Services
Opps ID: NBD00159720913618933
Posted Date: Oct 18, 2023
Due Date: Nov 2, 2023
Source: https://sam.gov/opp/18739e9e81...
Follow
SDB I Contractor Logistics Support (CLS) Synopsis
Active
Contract Opportunity
Notice ID
FA8213-24-D-B001_Synopsis
Related Notice
SDB_I_CLS_Sources_Sought
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
WEAPONS
Office
FA8213 AFLCMC EBHK
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Oct 18, 2023 03:44 pm MDT
  • Original Response Date: Nov 02, 2023 04:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: L010 - TECHNICAL REPRESENTATIVE- WEAPONS
  • NAICS Code:
    • 332993 - Ammunition (except Small Arms) Manufacturing
  • Place of Performance:
    Saint Louis , MO 63134
    USA
Description

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently posting a synopsis for Contractor Logistic Support (CLS) for Small Diameter Bomb Increment I (SDB I), throughout the production and sustainment phases. This requirement includes, all efforts related to SDB-I sustainment and will require the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, management, supervision, and other items and non-personal services necessary to perform CLS. This will be a 5-year SERVICES contract. Anticipated award date 30 November 2023. This is not a Set-Aside.



Under the contemplated contract, the contractor will be required to provide the following services in support of SDB: non-warranted repairs, Operational Safety, Suitability and Effectiveness (OSS&E) testing, technical support for fielded items, WSEP test support, technical order updates, software (SW) and SW integration support, and repair or replacement of line replacement units (LRU). Some of the items are listed as an attachment to this Synopsis. The list is not all inclusive, and quantities will be determined, when necessary, in the future. Please see the attachment.



The SDB I Original Equipment Manufacturer (OEM) is not required to provide SDB I equipment, supplies, materials or a build-to technical data package (TDP) for this system.



The SDB-I is made up of highly specialized hardware and software. The specialized nature of SDB-I is derived from the original acquisition approach and the enhanced capabilities achieved from multiple software revisions over the program's lifetime. The SDB-I weapon system has been designed, built, tested, produced, and supported by Boeing since 2006. The technical support and sustainment services needed to maintain the OSS&E of SDB-I are intrinsic to the hardware and software designs of the system.



The intended source is The Boeing Company (TBC), as they are the only firm capable of providing Contractor Logistics Support to the SDB-I weapon system. TBC is also the only source who possesses the necessary skill sets, technical data, special test/inspection/maintenance equipment, flight simulation models and computer programs to provide the required technical support services and analysis. Boeing owns SDB-I data rights and maintains the original design. Boeing has specialized knowledge and engineering expertise of the weapon hardware and software as the OEM. Award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Air Force's requirement.



All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 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. If you would like to see the solicitation, please request to the Primary Point of Contact listed below. Solicitation Number: FA821323D0001



The NAICS Code assigned to this acquisition is 332993, Ammunition (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. Additionally, please provide any anticipated teaming arrangements. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 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 synopsis is voluntary. This synopsis 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.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801 586 8482 6072 FIR AVE BLDG 1233
  • HILL AFB , UT 84056-5820
  • 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 >