Utah Bids > Bid Detail

Notice of Intent for ICBM Cryptography Updgrade, Increment II (ICU II) Wing Support Equipment (WSE)

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • 70 - General Purpose Information Technology Equipment (including software).
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159309305552923
Posted Date: Jan 4, 2024
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/0094af8f4e...
Follow
Notice of Intent for ICBM Cryptography Updgrade, Increment II (ICU II) Wing Support Equipment (WSE)
Active
Contract Opportunity
Notice ID
ICUII_WSE
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE NUCLEAR WEAPON CENTER
Sub Command 2
STRATEGIC SYSTEMS-AFNWC
Office
FA8214 AFNWC PZBB
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 04, 2024 01:45 pm MST
  • Original Response Date: Jan 19, 2024 04:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description

This announcement constitutes a sources sought synopsis for purposes of conducting market research. The Government intends to establish a new contract for the procurement of supplies and services to support the Intercontinental Ballistic Missile (ICBM) Cryptography Upgrade, Increment II (ICU II) Wing Support Equipment Program (WSE). The supplies and services to be procured are as follows:






  1. Under the previous production contract, FA8204-19-C-0001, ICU II effort delivered 450 A4 drawers as well as the initial spares for the A4 drawer and (8) Factory Support Equipment (FSE) test station assets in support of the Minuteman III (MM III) ICBM Weapon System. As a logical follow-on contract, this contract will provide for the conversion of the FSE into WSE stations for use at each operational wing in order to perform a power applied functional testing of the ICU II A4 drawer.





The Air Force is in the process of preparing a Justification and Approval document to gain the required approval to issue a sole source request for proposal to The Boeing Company.





Statutory authority is 10 USC 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or service will satisfy agency requirements. The proposed contract action is for the refurbishment of ordinance items for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1: Only one responsible source. It is considered that only The Boeing Company has the requisite skills, equipment, capabilities, system expertise, and resources to accomplish the required refurbishment of these items.





Subject to the Government’s consideration, a viable source, not already qualified to provide the requisite services should submit a concise and program specific response presenting sufficient information to substantiate that they have (1) the necessary knowledge and understanding of the requirements; (2) employees with satisfactory qualifications; and (3) equipment and material to appropriately refurbish the ordinance items. This notice of intent is not a request for competitive proposals. The Air Force will not pay for either the effort or the associated costs to respond, or for any information provided.





A Determination by the Government not to compete this proposed contract, based upon responses to information received, will be considered solely for the purpose of determining whether to conduct a competitive procurement.





Inquiries and requests for technical documentation can be made via email to Kyle Andersen (Contracting Officer) kyle.andersen@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801 586 8482 6008 WARDLEIGH RD BLDG 1580
  • HILL AFB , UT 84056-5837
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 04, 2024 01:45 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >