FBO Notice Date 11/06/19
BIDS Reference Number 173
Document Type: Sources Sought
Guided Missiles

Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, 84056

14 -- ICBM WSCC LRU Repair SOL FD2020-20-R-09999 DUE 120719 POC Ben J Davies, Contract Negotiator, Phone 8017776502, Email ben.davies@us.af.mil

SOURCES SOUGHT NOTICE

I. Description of Intent:
This is not a solicitation but rather aSources Sought Synopsis to determine potential sources for information and planning purposes only.

The purpose of this Sources Sought is to conductmarket 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 $20.5 in millions of dollars. TheGovernment will use this information to determine the best acquisition strategyfor 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.

II. General Information:
The Air Force will issue a new follow-on repair services contractto repair and test multiple components within the Weapon System Control Console(WSCC) to include the Weapon System Processor (WSP) and assemblies, Voice Control Panel (VCP), Auxiliary Alarm Panel (AAP) and a number of other Line Replaceable Units (LRU), Circuit Card Assemblies (CCAs) and other related items containedwithin the Launch Control Center (LCC) for the Intercontinental Ballistic Missile (ICBM) Weapon System, used by the United States Air Force.

Estimated components potentially requiring repair:

Line Item NSN
0001 AAP 1430-01-359-5585
0002 VCP 5820-01-406-4219
0003 CCA 5998-01-407-4301
0004 CCA 5998-01-357-0595
0005 CCA 5998-01-428-7824
0006 WSP 7021-01-528-9321
0007 CMPG-A 5998-01-433-0904
0008 CMPG-B 5998-01-433-0903
0009 Bulk Storage1430-01-370-3910
0010 Launch Enable Panel CCA 5998-01-357-8328
0011 Launch Control Panel 5998-01-357-2001
0012 Black Discrete CCA 5998-01-357-2000
0013 RMB32 5998-01-363-3645
0014 SCSI Controller 5998-01-362-7390
0015Bulk Storage Loader 7025-01-382-7930
0016 CCA 5998-01-428-7822
0017 CCA 5998-01-363-5968
0018 CCA 5998-01-357-0596

The Air Force is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

III. Limitations:
The items listed for repair have been screened with a Repair Method Code (RMC)/Repair Method Suffix Code (RMSC) code of R3/R. Thegovernment does not have sufficient data rights to provide drawings or technical engineering data pertaining to the repairable assets. The government also doesnot possess rights to the test procedures, repair processes and test equipment required to certify the repair. No data other than the product specification can be provided to interested vendors.

Interested companies should seek qualification from the Original Equipment Manufacturer (OEM), Lockheed Martin (CAGE 3VQD6), for authorization and certification to perform repairs. If OEM authorization is not received, the company seeking Government source approval will need to clearly identify how the company will overcome the lack of Government data rights and test equipment in order to potentially allow Government qualification independent of the OEM authorization andcertification.

IV. Submission Instructions:
Both large and small businesses are encouraged to participate in this Market Research.

If, after reviewing these documents, you desire to participate in the market research and your organization has the potential capacity to perform these contract requirements, please provide the following information below in the contractor capability survey as well as tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

CONTRACTOR CAPABILITYSURVEY

Part I. Business Information

Please provide the following business information for your company/institution

Company/Institute Name:

Address:

Point of Contact:

CAGE Code:

Phone Number:

E-mail Address:

Web Page URL:

Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219. Size Standard $20.5 in millions of dollars.

Based on the above NAICS Code, state whether your company is:

Small Business (Yes / No)

Woman Owned Small Business (Yes / No)

Small Disadvantaged Business (Yes / No)

8(a) Certified (Yes / No)

HUB Zone Certified (Yes / No)

Veteran Owned Small Business (Yes / No)

Service Disabled Veteran Small Business (Yes / No)

Central Contractor Registration (CCR). (Yes / No)

A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

Interested parties who consider themselves qualified are invited to submit a response to this Sources Sought Notice.

Responses must be received or postmarked no later than close of business07 December 2019.

Questions relative to this market survey should be addressed to Ben Davies, (801) 777-6502.

Please email ben.davies@us.af.mil or mail your response to:

AFSC OL: H/PZAC
Attn: Ben Davies
6050 Gum Lane Bldg. 1215
Hill AFB, UT 84056-5805

CITE: https://www.fbo.gov/spg/USAF/AFMC/OOALC/FD2020-20-R-09999/listing.html