United States - Minuteman III Guidance Repair
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 28 May 2019
- Opportunity publication date
- 01 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 30, 2019 12:36 pm
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.
The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811219 which has a corresponding Size standard of $20.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. 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.
2. TITLE: Repair and/or overhaul of MMIII Missile Guidance System, Inertial Components, Electronics, Equipment, Shipping & Storage Containers, Software, and demilitarization of deactivated, excess, and condemned government property, supply chain functions (stock, store, distribution & transportation).
3. SYNOPSIS: This Sources Sought Synopsis (SSS) announcement will be used solely for informational and planning purposes, pursuant to FAR 15.201(e). This notice is not a Request for Proposal (RFP)/Request for Quote (RFQ) or Invitation for Bid (IFB). This SSS is a market research tool to gain knowledge of potential qualified sources which will be used to determine potential sources prior to issuance of any Request for Proposal/Quote or Bid. This information is not to be interpreted as a commitment by the Government. Participation in this effort is strictly voluntary and responders are advised that the government will not pay for any information or administrative costs incurred in response to this SSS.
Accomplishment of this workload is to be performed at the Central Ohio Aerospace and Technology Center located in Heath, Ohio as a result of a previous Base Realignment and Closure (BRAC) decision to maximize privatization of this workload in place. Additionally, the lack of sufficient test/support equipment and an estimated two-year timeline to move workload prevents the transfer to another facility and would likely result in significant interruption to repair and compromise support to the missile wing. Serialized control, repair/Programmed Depot Maintenance (PDM)/Maintenance and/or overhaul of the MMIII Missile Guidance System and its subassemblies, components, test/support equipment, including special tools and test equipment, unique shipping/storage containers, software and demilitarization are requirements. Replacement of unique, peculiar and one-of-a-kind Depot Support Equipment, modifications, and service life extensions will also be a requirement. Since reverse engineering is not authorized under repair, licensing or teaming agreements must be obtained from all Original Equipment Manufacturers (OEMs) allowing the use of proprietary data and capital owned tooling, fixtures and intellectual property in performance of repair and replacements.
Based on the requirements, interested sources not already qualified to provide the requisite services may submit a concise and program specific Statement of Capability (SOC). The SOC should include the following:
1. Present sufficient information to substantiate that there is the necessary knowledge and understanding of the requirements and the MMIII weapon system. Detail experience in performing efforts of similar value, size, and scope within the last five years including contract number, indication of whether your company acted as a prime or subcontractor, level of repair experience (e.g., system level, sub-assembly, component, module, or mostly remove and replace with reliance on sub-contractors, or other), sub-contractors required to team with, contract value and appropriate management. Describe the qualifications of personnel projected to work on this effort. Production engineering and technical personnel should have experience with NS50 Missile Guidance System repair and be able to perform failure analysis and work with the necessary support contractors (OEMs) to ensure resolution. Touch labor employees should have the appropriate certifications with a ratio of journeymen sufficient to maintain a presence in key areas of repair to oversee repair activities and mentor/train lower tiered employees. At a minimum, experience with complex precision inertial components is necessary.
2. Describe ability to handle and dispose of low level radiation, hazardous material, explosives and other environmental sensitive material and ability to obtain the necessary state and/or local licenses. Identify current level of ISO/ANSI/CMMI accreditations.
3. Describe knowledge of azimuth astronomic measurements and reference information derived from star sightings as it relates to the existing facility and its line of site requirements, along with experience, knowledge of operation, troubleshooting and fix capability of this one-of-a-kind equipment required for this effort.
4. Describe the Air Force and Defense Logistics Agency data systems you currently access or your ability to gain access to those systems required for processing changes to technical data and supply chain requirements supporting repair. Describe approach to process specifications changes that are OEM controlled, repair models, unique tools, software source and executable code developed for instrument performance during test (beyond test/support equipment outputs).
5. Describe seamless approach, facility leasing arrangement, and timeline to turnkey/transition from the current contractor and taking into consideration facility integration of remaining OEM workloads that will likely remain on-site, while minimizing interference to ICBM repair and supplying adequate spares to the missile wing and ensuring preservation of continuous mission readiness. Further describe how you plan to minimize the fluctuation or increase of base rates for this effort in a multi-contractor facility.
6. Describe level of security clearances for facility, hardware, software, data and personnel and/or ability to obtain and maintain clearances up to Top Secret. Also describe how you plan to integrate the security requirements of this effort within a multi-contractor facility.
7. Describe support approach to "no notice" surge requirements and how you will address bottlenecks and capacity issues within the repair line and supply chain.
Information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The government requests that non-proprietary information be submitted in response to the SSS.
Written responses should be limited to no more than 15 pages, using Times New Roman, 12 point font, with a one-inch top, bottom, and edge margins. Tables, pictures, spreadsheets, etc are acceptable, but limited to no more than 5 pages. A combined package should not exceed a total of 20 pages.
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). 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 small business, HUB Zone small business, small disadvantaged business, or women-owned small business. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis.
4. CONTACT INFORMATION: SOCs may be submitted by facsimile at 801-777-0128; e-mail: kyle.chase@us.af.mil; or mailed to 6008 Wardleigh Road, Bldg 1580, rm 127, Hill AFB, UT 84056-5816, Attention: Kyle Chase. Responses must be received not later than close of business (COB) 4:00 pm MST, 28 May 2019. Identify your response with the corresponding Program Title: Sources Sought: Minuteman III Guidance Repair.
- Opportunity closing date
- 28 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Air Force AFLCMC / AFSC / AFNWC - HILL AFB United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.