Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2004 FBO #1116
SOLICITATION NOTICE

10 -- DSU-33B/B PROXIMITY SENSORS

Notice Date
12/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-F08635-02-C-0049
 
Response Due
12/29/2004
 
Description
The Air Armament Center (AAC), YU-Fuzes Program Office, is contemplating issuing a Sole Source Award to Alliant Techsystems, Inc (ATK) in Janesville, WI. This effort is to procure an additional 4000 DSU-33 B/B Proximity Sensors to meet Navy Requirements by Mar 06, with deliveries starting Oct 05. It is anticipated that this award will be incorporated into the exercise of an option. The estimated cost for this effort is approximately $4.4M. This effort is to provide continuous delivery of hardware to meet Navy Requirements. It is projected that a Follow-On Competitive action will be awarded sometime in the FY06 timeframe for a substantial quantity of DSU-33 Proximity Sensors. The DSU-33B/B Proximity Sensor is a nose mounted RF proximity sensor used on general-purpose bombs and the Joint Direct Attack Munition (JDAM). The DSU-33B/B provides a sensor fire pulse to a fuze, which in turn initiates bomb detonation at a Height-of-Burst (HOB), nominally 20 ft. The HOB detonation capability enhances the performance of general-purpose bombs and JDAMs for some above ground targets. The DSU-33B/B can provide a fire pulse to the following fuzes: FMU-139/B, FMU-139B/B, FMU-139A/B and the FMU-152A/B. Power for the DSU-33B/B is provided by an internal battery, which is initiated by either a FZU-48 or the FZU-55A/B in the Air Force configuration, or the Fuze Function Control Set in the Navy configuration. The sensor is qualified (certified) for use on the following aircraft and each variant in their series: Marine AV-8, Navy/Marine F/A-18, and Air Force A-10, F-15, F-16, F-22, F-111, B-52, B-1 and B-2 including FMS versions. The major components of the sensor include a thermal battery, an electronics assembly, and support housing. The government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 (a)(2)(ii). Interested parties must have a qualified sensor and may submit statements of capability (SOC) or capabilities package addressing the following: 1) Demonstrated technical knowledge of proximity sensor requirements for operational performance, interface requirements for JDAM and other munitions/general purpose bombs, interface requirements for required US and Allied aircraft, and system safety requirements; 2) Adequate production facilities and production capabilities to produce and assemble proximity sensor hardware; 3) Ability to perform acceptance and other required tests of the proximity sensors in accordance with Contractor developed and Government approved plans; 4) Ability to deliver qualified sensors in accordance with production schedule. Responders to this synopsis will not be provided the results of the government evaluation of their qualifying package. Responses to this synopsis should be submitted for receipt by the Government within 15 days of the publication date and must state whether the potential source is a small business concern IAW FAR 52.219-1. The NAIC Code/Size Standards is 332995/500 employees. THIS IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Interested sources should contact Melissa A. Johnson, Contracting Officer, 850-882-8787 ext 3109, or Julia Woodard, Contract Specialists, 850-882-8787 ext 2149, FAX (850) 882-1003. For technical information on this synopsis, contact Bill Yourick 850-882-8787 ext 2204 or Capt Renae Barnes, 850-882-8787 ext 3266. Collect calls will not be accepted. Numbered Notes 22 and 26 apply.
 
Record
SN00721025-W 20041216/041214211934 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.