SOURCES SOUGHT
99 -- New Generation Ammunition & Munitions Equipment (NGAME) for MMHE
- Notice Date
- 9/29/2025 12:44:32 PM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- FA8532 AFLCMC WNKAA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8532-25-I-NGAME
- Response Due
- 10/14/2025 2:00:00 PM
- Archive Date
- 10/29/2025
- Point of Contact
- Arenina Sullivan-Jones, Capt Kade Waguespack
- E-Mail Address
-
arenina.sullivan-jones@us.af.mil, kade.waguespack@us.af.mil
(arenina.sullivan-jones@us.af.mil, kade.waguespack@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- CAUTION: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for designing, developing, manufacturing, and sustaining innovative munitions material handling equipment (MMHE). This includes, but is not limited to, systems such as Ammunition Loading Systems, Small Munitions Trailers, Large Munitions Trailers, �Family� of Jammers, and other Munitions Handling Units (MHUs). The NGAME provider strategy has been developed to obtain leverage for modernization efforts, improve or replace aging assets, and continue to enhance a robust industrial vendor base. The level of security clearance and foreign participation has not been determined at this time. Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey. FAR 52.215-3�Request for Information or Solicitation for Planning Purposes (Oct 1997) a) The Government does not intend to award a contract based on this Sources Sought Synopsis (SSS) or to pay for the information solicited except as an allowable cost under other contracts as provided in the subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. INSTRUCTIONS: 1. Below is a description of the NGAME requirement and a Contractor Capability Survey which allows you to provide your company�s capability and to provide industry feedback regarding various aspects of this effort. 2. If after receiving these documents, you desire to participate in market research, you should respond to the Contractor Capability Survey to reflect your company�s capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. 3. Both large and small businesses are encouraged to participate in this Market Research. The Government anticipates holding a virtual Industry Day October 29-30, 2025, in support of this effort. More information to be published later. 4. Questions related to this SSS/market research, as well as responses to the Contractor Capability Survey, should be addressed to the Support Equipment and Vehicles Contracting Office Team listed below: Arenina Sullivan-Jones (arenina.sullivan-jones@us.af.mil) & Capt. Kade Waguespack (kade.waguespack@us.af.mil) PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the qualification requirements for the Support Equipment & Vehicles (SE&V) Division's MMHE portfolio. The primary purpose of the proposed NGAME contract is to establish a robust industrial vendor base capable of designing, developing, testing, manufacturing, and sustaining innovative MMHE. A significant emphasis of this effort is on equipment that must achieve and maintain Nuclear Certification in accordance with AFI 63-125, Nuclear Certification Program. For the purposes of NGAME, MMHE is defined as equipment used to handle, transport, and load, munitions. The scope of this NGAME Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award contract (MAC) includes a range of MMHE supporting the safe handling, transporting and loading of nuclear and conventional munitions and related commodities. The secondary purpose is to design, develop, test, sustain, and integrate new hardware/software into new or existing MMHE. Contractors providing these supplies shall incur incidental services to source, acquire, and ensure delivery of these end items. A significant emphasis will be placed on digital engineering, to include model-based systems engineering, simulation, and the generation of complete Technical Data Packages (TDPs) North American Industry Classification Codes (NAICS) associated with previous procurements of similar equipment include, but are not limited to, 332710, 332312, 332510, 332993, 332994, 333922, 333923, 333924, 333999, 334511, 336413, 541330, 541511, 541512, 541614, 541715, 611519, and 811310. In certain instances, the Government may require testing to ensure that the assets meet their specified requirements and to determine their acceptability. Commonly referred to as �first article testing� (FAT), the NGAME will include Developmental Test (DT), Qualification Test and Evaluation (QT&E), Coordination of Operational Testing (OT) and production-related testing. The types of testing that may be requested include DT/OT/QT&E for Developmental and commercial-off-the-shelf (COTS) or non-developmental items, as well as lot acceptance tests, pre-production qualification tests (PPQT), production qualification tests (PQT), and production acceptance test and evaluation (PAT&E). These tests may not apply to every CSE asset or order requested and will be deemed necessary by the SE&V IPT prior to issuing a delivery order on the NGAME IDIQ. A significant emphasis will be placed on digital engineering, to include model-based systems engineering, simulation, technical data, and provisioning. The Government anticipates awarding a 10-year Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC), featuring on-ramp and off-ramp provisions to allow for the addition or removal of vendors throughout the contract period. The government will issue Multiple IDIQ contracts to all Offerors determined as responsible and acceptable within the evaluation criteria. The anticipated period of performance is a two-year basic period and four, two-year options to extend performance to a total of ten years if all options are exercised. The total estimated ceiling of this program is $920M. All responses should be sent via email to Arenina Sullivan-Jones ( arenina.sullivan-jones@us.af.mil), and Capt. Kade Waguespack (kade.waguespack@us.af.mil). Responses should be received no later than close of business on 14 OCT 2025. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not exceed 10 MB per email. Multiple emails are acceptable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2cffc4b274af46bc87cf42bcfe633e81/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07607890-F 20251001/250929230045 (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 |