The Department of Defense, United States Air Force (USAF), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Attack Division (EBD), is currently conducting market research seeking capabilities statement from potential sources, including Small Business (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) Small Businesses that are capable of providing a Modernization through Obsolescence, Diminishing Sources and Sustainability (MODS) program for production of the Small Diameter Bomb Increment II (SDB II) weapon for US and Foreign Military Sales (FMS) customers.
The U.S. Air Force seeks offerors with capabilities to provide full life cycle weapon system support related to the (SDB II, GBU-53) program as required by Air Force Life Cycle Management Center, Miniature Munitions Division (AFLCMC/EBM), Eglin AFB, FL. The types of support required under this contract listed below are illustrative in nature but may not be all-inclusive. This includes but is not limited to a proactive and comprehensive (SDB II, GBU53) obsolescence management program. All delivery orders issued under this contract will be in direct support of the (SDB II, GBU-53/B) weapon system defined as weapon, bomb rack unit, Universal Armament Interface, aircraft-to-weapon electrical/physical interfaces, containers, test and handling equipment, and support equipment. Before an order is issued under this contract, the contracting parties must agree that the support required is not already covered under an existing contractual vehicle.
Offerors shall demonstrate capabilities to provide an effective obsolescence management strategy, and its implementation, for the (SDBII, GBU-53) production program in order to manage Diminishing Manufacturing Sources and Material Shortages (DMSMS) for the contractual deliverables through Program of Record, including the iECP configuration. As the (SDBII, GBU-53) program continues to mature, parts obsolescence is forecasted to become an even larger issue requiring numerous qualification efforts adding risk to the (SDBII, GBU-53) production line. The purpose of this effort is to manage associated risks with parts obsolescence for future production, not yet on contract.
Any information submitted by respondents to this source sought is voluntary. This source 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 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. The decision to solicit for a contract shall be solely within the Government’s discretion.
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 North American Industry Classification System (NAICS) Code assigned to this acquisition is 332993, Ammunition (Except Small Arms) Manufacturing, with a size standard of 1500 persons. 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.
CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their 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 address: donald.perkins.1@us.af.mil and stacey.diven@us.af.mil. All correspondence sent via email shall contain a subject line that reads “MODS 3”. 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, or .xlsx documents are attached to your email. All other attachments may be deleted.
RESPONSES ARE DUE NO LATER THAN 5:00 P.M. (CST) ON 22 August 2025.
Direct all questions concerning this requirement to donald.perkins.1@us.af.mil