Search Contract Opportunities

Joint Air to Surface Standoff Missile (JASSM)

ID: JASSM_Sources_Sought • Type: Sources Sought
3x More Live Opportunities than SAM

Federal + State & Local + Forecasts + eBuy + More

Free Trial Schedule Demo

Description

The Department of Defense, United States Air Force (USAF), Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Long Range Systems Division is increasing the potential production quantities of Joint Air-to-Surface Standoff Missiles (JASSM) and the quantities of Long Range Anti-Ship Missile (LRASM). The increase in production will cover JASSM production lots 22-26 and LRASM lots 8-12. The program office is currently conducting market research seeking capabilities statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing JASSM and LRASM. This effort also includes sustainment efforts to include operational safety, suitability, and effectiveness. The objective of this sources sought notification is to determine what resources are available to perform this specific type of requirement. In addition to the JASSM/LRASM missile hardware and software, this weapon system includes telemetry instrumentation kits, precision targeting image software, the JASSM/LRASM Weapon System Simulators, technical data, obsolescence management, upgrades, production implementation, pre-planned product improvement, sustainment, aircraft integration, non-warranty repair, containers, and other related items. Associated support items include, but are not limited to, replacement parts, program management, engineering, logistics, test support, support equipment, software/hardware upgrades to support production missiles, associated data, and any other supplies or services needed to sustain the program over the life of the system, as well as all facilities, equipment, labor, tools and test equipment. Sustainment activities include JASSM/LRASM system repair, container requirements, and repairable/replaceable components of these end items plus the repair infrastructure; and any other supplies or services needed to sustain the JASSM/LRASM program over the life of the system. Repair infrastructure includes program management, replacement parts, special tooling maintenance, business management, hardware demilitarization/disposal and administrative support. Sustainment requirements are anticipated to include the capability and capacity to repair non-warranted missiles and other support items that may occur proportional to the estimated increased missile quantities listed above. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture and production. As Lockheed Martin Missiles and Fire Control's obligations under existing contracts continue, any Government-owned peculiar equipment will not be available to any second source.

All interested vendors shall submit a response demonstrating their capability to provide the missiles, associated support, and sustainment in increased quantities 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

The NAICS Code assigned to this acquisition is 336414, Guided Missile and Space Vehicle Manufacturing, with a size standard of 1250 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. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 15 pages.

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 the following e-mail address: jarrod.ryals@us.af.mil. All correspondence sent via email shall contain a subject line that reads JASSM/LRASM Production Capabilities . 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, .xlsx, or .xls 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 review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process 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 P.M. (CST) ON 23 MARCH 2023. Direct all questions concerning this requirement to Jarrod Ryals at jarrod.ryals@us.af.mil.

Overview

Response Deadline
March 23, 2023, 5:00 p.m. EDT Past Due
Posted
March 17, 2023, 1:04 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
27%
Signs of Shaping
The solicitation is open for 6 days, below average for the AFLCMC Eglin AFB.
On 3/17/23 AFLCMC Eglin AFB issued Sources Sought JASSM_Sources_Sought for Joint Air to Surface Standoff Missile (JASSM) due 3/23/23. The opportunity was issued full & open with NAICS 336414 and PSC 1425.
Primary Contact
Name
Jarrod Ryals   Profile
Phone
None

Documents

Posted documents for Sources Sought JASSM_Sources_Sought

Incumbent or Similar Awards

Contracts Similar to Sources Sought JASSM_Sources_Sought

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought JASSM_Sources_Sought

Similar Active Opportunities

Open contract opportunities similar to Sources Sought JASSM_Sources_Sought

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > WEAPONS > FA8682 AFLCMC EBJK
FPDS Organization Code
5700-FA8682
Source Organization Code
500020402
Last Updated
April 7, 2023
Last Updated By
jarrod.ryals@us.af.mil
Archive Date
April 8, 2023