Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 01/23/2024
Response Date: 06/10/2024
Archive Date: 06/25/2024
More Opportunities
Solicitation Number:
FA8523-24-R-0007
Primary NAICS:
334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Notice Type:
Presolicitation
Location:
Not Provided
Set Aside:
Not Provided
This is a notice of intent that Air Force Life Cycle Management Center (AFLCMC)/WNKD anticipates issuing a solicitation for the AN/ALE-47 Countermeasures Dispenser System (CMDS). The AN/ALE-47 CMDS is an integrated, threat-adaptive, reprogrammable, computer-controlled airborne defensive system. The AN/ALE-47 dispenses countermeasure decoys (Chaff, Flare, and others) against radar and infrared homing threats to enhance aircraft survivability.
The AN/ALE-47 CMDS procurable under this effort consists of the Line Replaceable Units (LRUs), each of which consist of lower assemblies called Shop Replaceable Units (SRUs). The Air Force and Army support the AN/ALE-47 with two-level maintenance concept. The Navy supports the AN/ALE-47 with a three-level maintenance concept. Warner Robins Air Logistics Complex is the organic depot for Air Force, Army, and Navy AN/ALE-47 hardware and Operational Flight Program (OFP) software.
Contractors with one or more unqualified LRUs may qualify the LRUs by meeting Pre-Production Requirements. Pre-Production encompasses all efforts required to demonstrate that the Contractor is prepared for production. Pre-Production includes developing Government approved Environmental Stress Screening (ESS) procedures, developing Government approved ATPs for LRUs and SRUs, performing ESS test on First Article LRUs, performing Acceptance Test on SRUs and First Article LRUs, submitting successful ESS reports and Acceptance Test reports for Government approval, conducting Interchangeability Test, submitting First Article LRUs for Government Inspection And Test, and obtaining Government approval of First Article LRUs. Government Inspection and Test will include dimensional verification, Interchangeability Test, LRU testing, and some software testing for LRUs containing software. The Government reserves the right not to award production orders until all LRUs are qualified.
The Contractor must obtain a delivery order from the Government Procuring Contracting Officer (PCO) before commencement of production. The Contractor shall fabricate, integrate, test, and deliver LRUs and SRUs in accordance with the quantities on each delivery order. The Contractor shall maintain current test equipment calibration in accordance with the requirements of ANSI/NCSL-Z540.3. The Contractor shall maintain a minimum capability requirement which will include maintained equipment and qualified personnel.
This effort is anticipated to be issued for a 12-month basic, and four (4) 12-month ordering periods. A Firm-Fixed Price pricing arrangement is anticipated. Should an unqualified contractor be awarded the contract, a 36-month qualification period will occur in place of the 12-month basic.
This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.101-1 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the DAFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instructions contained in the RFP. The Government will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP.
It is anticipated that the RFP will be released on or around 9 April 2024 and anticipated award on or around June 2025. The RFP will be posted to SAM.gov. All responsible sources may submit a proposal. Foreign companies are not permitted to participate in the competition.
Interested vendors may notify the POCs listed at the end of this synopsis with any questions. Please note, all questions are requested to be submitted in writing via email for documentation purposes—NO TELEPHONIC QUESTIONS. Interested vendors are encouraged to register to receive notification for solicitation and all amendments/revisions, and to check SAM.gov prior to submission of their proposal.
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.