THIS IS NOT A SOLICITATION, OFFER, OR ACTIVE PROCUREMENT AND WILL NOT RESULT IN AN AWARD
Responses to this RFI will be treated as information only. This RFI is solely for gathering information and is not a Request for Quotation or a Request for Proposal (RFQ/RFP). Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this RFI or the Government's use of submitted information.
The Government will not return responses to this RFI or provide feedback from inquiries for status, anticipate date of solicitation release and any other information related to this requirement.
BACKGROUND
This will be in support of the acquisition of the National Stock Numbers (NSNs) listed below. These NSNs are for Wing and Fin Assemblies which are a sub-component of the AIM-120X, CATM-120X, and MSV-120X series of Advanced Medium Range Air to Air Missile (AMRAAM). There is the possibility of this procurement becoming a "build to print" effort comprising of Level III drawings and could potentially contain all the specifications and tolerances necessary to create the required parts. Copies of all prints have been verified as available, however, it is still possible that later revisions to the drawings may not be in JEDMICS.
FSC NIIN Noun Part No. DODIC
1420 01-332-5347 Wing Assembly 3820402-101 PG64
1420 01-364-8445 Fin, Guided Missile 3820431-101 PG61
1420 01-396-0339 Wing Assembly, Guided Missile G601897 PT44
1420 01-397-0140 Fin, Guided Missile Assembly G601895 PT45
6920 01-295-3826 Fin, Missile-LT/CCM 7038180 (-1) PY96
6920 01-422-6767 Fin, Assy, CATM P31 7006031-1 XY59
PERFORMANCE REQUIREMENTS
The critical performance requirements are listed on the top-level drawing of each assembly as follows: dimensional tolerances, functional capabilities and material requirements. Dimensional tolerances areas tight as+/- 0.0004 inch for machining, with surface finish requirements as low as 25 micro-inches. Functional requirements include passing a series of environmental tests, operational torques, profiles, etc. Material requirements are titanium, nickel-based alloys and honeycomb. Additional manufacturing requirements include experience and knowledge working with the required materials, as well as machining, brazing, and welding of these materials to be in compliance with aerospace industry standards. Because of their application, these requirements must meet the exacting dimensional and finishing tolerances to support both installation and function. Each component must function within specifications to accomplish their intended mission. The chemical property specifications must be met in order to ensure expected material performance. These are specifically designed for military applications and have no commercial use. A First Article (FA) may be required from a source other than any offeror who meets the following criteria for a waiver of FA approval:
The importance of a FA test is stressed because failure of these items in operation could cause catastrophic failure on the wing of an aircraft. Some FA test requirements may be listed on the top level drawings and key component drawings. This is a severe test that includes both thermal, and vibratory loads. Failure to pass this FA would invoke additional time and effort by both the Government as well as the vendor. FA testing may be conducted by contractor, with Government performing a fit, form, function inspection on next higher assembly.
This RFI is issued solely for information and planning purposes; it does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quote (RFQ). This RFI does not commit the Government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. Respondents are notified that a formal solicitation may not necessarily result from this RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. Any requests for copies of solicitations will not be addressed since this is an RFI, not an RFP. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. Please NO proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice unless contractor deems absolutely necessary; then, it should follow FAR 52.215-l(e) restriction on disclosure and use of data. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.
INSTRUCTIONS:
SUBMITTAL INSTRUCTIONS
If you meet the criteria for submission, please respond to this RFI with a white paper detailing your capabilities and experience then send to:
If your documentation is too large (>5MB) to send via email, upload it to DoD SAFE: https://safe.apps.mil/
Please remember to include the documentation and a contractor POC. If you have any questions on this RFI, or have issues uploading documentation, please send an email to the above email address.
PART I: BUSINESS INFORMATION
Please provide the following business information for your company/institution and for any teaming or joint venture partners:
Company/Institute Name:
Address:
Point of Contact:
CAGE Code:
Phone Number:
E-mail Address:
Web Page URL:
Government Proposed North American Industry Classification System (NAICS) Code:
Based on the Government proposed 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
HUBZone Certified
☐ Yes ☐ No
Service Disabled Veteran Small Business
☐ Yes ☐ No
System for Award Management (SAM)
☐ Yes ☐ No
A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
PART II: CAPABILITY SURVEY QUESTIONS
******************************************************************************************************************************************
PLEASE NOTE: A virtual industry day will be conducted on 21 May 2025. Please see all attachments in reference to registering and securing your placement in the virtual industry day
******************************************************************************************************************************************
Amendment 1
As a result of Industry Day proceedings, the industry day agenda is now attached for public viewing.
******************************************************************************************************************************************
Amendment 2
As a result of finalizing documentation, a draft CLIN Structure for Bid A (Proven) and Bid B (Unproven) is provided as follows:
UNPROVEN VENDORS
• Unproven Sources – must propose only on Bid B
o First Article - (CLIN 0001, 0003, 0005, 0007, 0009, 0011)
CLIN FSC NIIN Noun Part No. DODIC
0001 1420 01-396-0339 Wing Assembly, Guided Missile G601897 PT44
0003 1420 01-397-0140 Fin, Guided Missile Assembly G601895
0005 1420 01-364-8445 Fin, (AIM120/B) 3820431-101
0007 1420 01-332-5347 Wing, (AIM/CATM120/B) 3820402-101
0009 6920 01-295-3826 Fin, Missile-LT/CCM 7038180(-1) PY96
0011 6920 01-422-6767 Fin Assy, CATM P3I 7006031-1 XY59
o Production Units (Option) - (CLINX002, X004, X006,X008, X010, X012)
CLIN FSC NIIN Noun Part No. DODIC
X002 1420 01-396-0339 Wing Assembly, Guided Missile G601897 PT44
X004 1420 01-397-0140 Fin, Guided Missile Assembly G601895
X006 1420 01-364-8445 Fin, (AIM120/B) 3820431-101
X008 1420 01-332-5347 Wing, (AIM/CATM120/B) 3820402-101
X010 6920 01-295-3826 Fin, Missile-LT/CCM 7038180(-1) PY96
X012 6920 01-422-6767 Fin Assy, CATM P3I 7006031-1 XY59
o First Article Data - (CLIN 0013, 0014)
PROVEN VENDORS
• Proven Sources - must propose only on Bid A
o Production Units - (CLIN X002, X004, X006,X008, X010, X012)
CLIN FSC NIIN Noun Part No. DODIC
X002 1420 01-396-0339 Wing Assembly, Guided Missile G601897 PT44
X004 1420 01-397-0140 Fin, Guided Missile Assembly G601895
X006 1420 01-364-8445 Fin, (AIM120/B) 3820431-101
X008 1420 01-332-5347 Wing, (AIM/CATM120/B) 3820402-101
X010 6920 01-295-3826 Fin, Missile-LT/CCM 7038180(-1) PY96
X012 6920 01-422-6767 Fin Assy, CATM P3I 7006031-1 XY59