Search Contract Opportunities

Joint Strike Missile (JSM) Integration Sources Sought

ID: FA8681-23-JSM-SourcesSought-Integration • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Title: Joint Strike Missile Integration

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 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 business that are capable of providing level-of-effort (LOE) Engineering and Technical Support services to the Joint Strike Missile (JSM) System Program Office (SPO) for the integration of the Norwegian-built JSM weapon system onto the U.S. Air Force F-35A aircraft. A separate Sources Sought/Request for Information will be issued for weapon system procurement-related activities.

Anticipated areas of integration support may include, but are not limited to, Program Management and Requirements Management, Flight Test, Modeling and Simulation (M&S), Failure Review and Mitigation, Risk Assessment and Mitigation, Studies and Analysis, Course of Action (COA) development, Systems Engineering, Mission Planning, Technical Order (TO)/Technical Manual development, Cybersecurity and Cryptographic Modernization, Technical Data Package (TDP) and drawings, Production and Manufacturing, Maintenance Concept development, and technical exchange and planning meeting participation.

All interested vendors shall submit a response demonstrating their prior experience and capability to perform this effort to the Points 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 541330, Engineering Services, with a size standard of $25.5M. 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 prior experience and 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 addresses: stephanie.mills@us.af.mil, and chris.laffitte@us.af.mil. All correspondence sent via email shall contain a subject line that reads FA8681-23-JSM-SourcesSought, Joint Strike Missile Integration. 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, .docx, .xlsx 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 at SAM.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 2:00 P.M. (Central Time) on Friday, 14 April 2023. Direct all questions concerning this requirement to Stephanie Mills and Chris Laffitte at stephanie.mills@us.af.mil, and chris.laffitte@us.af.mil.

Overview

Response Deadline
April 14, 2023, 3:00 p.m. EDT Past Due
Posted
March 15, 2023, 12:18 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
27%
On 3/15/23 AFLCMC Eglin AFB issued Sources Sought FA8681-23-JSM-SourcesSought-Integration for Joint Strike Missile (JSM) Integration Sources Sought due 4/14/23. The opportunity was issued full & open with NAICS 541330 and PSC R425.
Primary Contact
Name
Stephanie R Mills   Profile
Phone
(850) 882-2092

Secondary Contact

Name
Chris Laffitte   Profile
Phone
None

Documents

Posted documents for Sources Sought FA8681-23-JSM-SourcesSought-Integration

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA8681-23-JSM-SourcesSought-Integration

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA8681-23-JSM-SourcesSought-Integration

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA8681-23-JSM-SourcesSought-Integration

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > WEAPONS > FA8681 AFLCMC EBD
FPDS Organization Code
5700-FA8681
Source Organization Code
500020390
Last Updated
April 29, 2023
Last Updated By
stephanie.mills@us.af.mil
Archive Date
April 30, 2023