Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOURCES SOUGHT

99 -- MODERNIZATION OF EGLIN RANGE CAPABILITIES

Notice Date
5/1/2025 10:34:09 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA2486 AFTC PZZC (EGLIN) EGLIN AFB FL 32542-6883 USA
 
ZIP Code
32542-6883
 
Solicitation Number
FA2486-LongRange-RFI
 
Response Due
5/31/2025 3:00:00 PM
 
Archive Date
06/15/2025
 
Point of Contact
Kenya Jackson, LayFoya Johnson
 
E-Mail Address
kenya.jackson.3@us.af.mil, layfoya.johnson.1@us.af.mil
(kenya.jackson.3@us.af.mil, layfoya.johnson.1@us.af.mil)
 
Description
MODERNIZATION OF EGLIN RANGE CAPABILITIES TO SUPPORT LONG-RANGE WEAPONS TESTING REQUEST FOR INFORMATION 1 Description 1.1 The Air Force Test Center, 96th Test Wing is conducting market research for a portfolio of test range modernization efforts within the Eglin Test and Training Complex (ETTC) to support long-range weapons testing. The 96th Test Systems Squadron will use this information to inform its trade space analysis in developing the Range of the Future. 1.2 This announcement serves as a REQUEST FOR INFORMATION only for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Request for Information (RFI) is issued for planning purposes only and is not a Request for Proposal (RFP), Invitation for Bid (IFB), or an obligation on the part of the Government to acquire any products or services. In accordance with (IAW) FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse respondents for any costs associated with the preparation or submission of the information requested. All costs associated with responding to the RFI will be solely at the responding party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. The Government reserves the right to reject or disregard, in whole or in part, any contractor�s input resulting from this RFI. This RFI does not constitute a solicitation for proposal or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in developing an acquisition strategy, a statement of work (SOW), statement of objectives (SOO), or performance specifications. Some information resulting from this RFI may eventually be included in one or more solicitations. Proprietary information or technology should be clearly marked. Any subsequent actions resulting from the evaluation of the information provided in response to the RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of such procurement will be included. 2 Background and Statements of Need The 96th Test Systems Squadron (96 TSSQ/RNXTL), in conjunction with the 96th Test Wing at Eglin AFB, FL, is seeking technical information to support a portfolio of defined requirements to expand the test range over the Gulf of America (GOAM) and the enhancement of long-range capabilities by 2030. Qualified parties desiring the Controlled Unclassified Information (CUI) version of this RFI should complete the attached �Authorized CUI_Distro_D Requestor� form and return to Mr. Jerod Hayden, 96th TSSQ Program Manager, jerod.hayden.1@us.af.mil. Upon completion and submission of the referenced form, qualified parties should request the CUI version of the RFI via the �Request a Drop-Off� tool at https://safe.apps.mil/. 3 Information Requested 3.1 Industry feedback as to the most effective contracting approaches and/or groupings for the effort. 3.2 Identification of existing contracts that may be suitable for portions or the entirety of the identified technical need. 3.3 Identify what technology or technologies are needed to address one or various statements of need and if those technologies require maturation. 3.4 Describe your experience, approach, and design tools used to perform requirements management throughout the lifecycle of a project. Provide specific examples of how you have: used analysis and stakeholder feedback to aid in sub-system requirement derivation, used tools to manage sub-system requirement and constraint allocations throughout the design process, estimated and optimized lifecycle sustainment costs, mapped test events and strategies to efficiently V&V final deliverables. 3.5 State whether likely solution candidates include commercial products, commercial services, or non-developmental items that could meet the Government�s needs. 3.6 Identification of potential early performance risks typically encountered in the development and implementation of similar programs. The government is particularly interested in risks that may manifest during the early stages of the program lifecycle and could impact achieving key performance indicators or milestones. 3.7 Corporate Experience. Do you have experience as a prime contractor, subcontractor, or equivalent party developing systems that meet similar requirements in the last 3-5 years? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of products provided as they relate to these Statement of Needs. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party and the specific work performed and percentage. 4 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper and/or a PowerPoint presentation. White papers and or PowerPoint presentations are due no later than (30 days from RFI release) 31 May 2025. White papers should be no more than 8 pages, 8.5 x 11 page size with 12 point font. PowerPoint presentations should be no longer than 16 slides. Submissions should be submitted electronically, via the appropriate communication channels to the Contracting Officer and Contract Specialist. Ms. Kenya Jackson NIPR: kenya.jackson.3@us.af.mil Mrs. Foya Johnson NIPR: layfoya.johnson.1@us.af.mil 4.2 Submissions should be either PDF files, Microsoft Word documents or Microsoft PowerPoint. 4.3 Please contact Ms. Kenya Jackson (kenya.jackson.3@us.af.mil) and Ms. Foya Johnson (layfoya.johnson.1@us.af.mil) via email if submission of any potentially sensitive or classified material is required. 4.4 Section 1 of the white paper or the beginning of the presentation should provide administrative information and should include the following as a minimum. This information does not count toward page limits: A. Company name, mailing address, cage code, point of contact (POC), POC telephone number, email address and business website. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service-Disabled Veteran-Owned, small business, large business, etc.). C. Status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees. 4.5 Section 2 of the white paper or right after the above, in the presentation should address the information requested in Section 3.0 of this RFI. Proprietary information, if any, must be clearly marked. Please be advised that all submissions become U.S. Government property and will not be returned. Only government employees will review submitted responses to this RFI. 5 Questions All questions regarding this announcement should be submitted in writing and marked appropriately as to whether they address any proprietary or controlled information. Questions should be submitted via email to the Contracting Officer, Kenya Jackson, (AFTC/PZZC), kenya.jackson.3@us.af.mil and Contract Specialist, Foya Johnson, (AFTC/PZZC), layfoya.johnson.1@us.af.mil. Government responses to all general non-proprietary questions will be shared with other industry members. The government does not guarantee questions received after (15 days from release date) 16 May 2025 will be answered in time for the (30 days from release date) 31 May 2025 submittals. 6 Summary This is a request for information (RFI) only to support the modernization of the Eglin Test and Training Complex to support long-range weapons testing. The information provided in this RFI is subject to change and is not binding upon the U.S. Government. The U.S. Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions become U.S. Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bca5152f0ae748729d1d89f493e12fe9/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN07428750-F 20250503/250501230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.