Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2009 FBO #2600
SOLICITATION NOTICE

10 -- AGM-130 & GBU-15 Frequency Relocation & Sustainmnet

Notice Date
1/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056, UNITED STATES
 
ZIP Code
84056
 
Solicitation Number
Reference-Number-FD20200877129
 
Response Due
2/6/2009
 
Archive Date
2/21/2009
 
Point of Contact
Sean Jones,, Phone: 801-777-8403, Ryan C Jones,, Phone: 801-586-3465
 
E-Mail Address
Sean.Jones@hill.af.mil, ryan.jones2@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
The government intends to establish a sole source, Time and Material, Cost Plus Fixed Fee, Cost Reimbursable 5 year Indefinite Delivery Indefinite Quantity (IDIQ) contract for a total estimated value of $15M with Boeing, St Louis, CAGE CODE 76301. Tis AFMC contract will be managed by Ogden Air Logistics Center (OO-ALC), Hill Air Force Base, Utah. The Government has determined these services are sole source requirements to CAGE 76301 and the repair of these items will be incorporated into the contract. AUTHORITY: 10 USC 2304(c)(1), Justification: Supplies (or services) required are available from only one source and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to negotiate with only one source under the authority of FAR 6.302. This notice of intent is not a request for competitive proposals. It is suggested small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm listed. The point of contact regarding this acquisition is Mr. Sean Jones, who can be contacted via phone at (801) 777-8403 or email sean.jones@hill.af.mil. Frequency: Background: The Federal Communications Commission (FCC) auctioned the frequency spectrum previously used by the AGM-130/GBU-15 Weapons System during training operations. As a result, the AGM-130/GBU-15 Data Link Sub-System (Weapon Data Links (WDL). Switchable Data Links (SDL), AXQ-14 Pods, ZSW-1 Pods, and all associated test sets and support equipment must be modified to operate in the new frequencies approved for CONUS training use by the Nation Telecommunications and Information Administration (NTIA). Raytheon Indianapolis is the OEM for the WDL, SDL, AXQ-14 & ZSW-1 Pods and associated test sets. Raytheon will modify the Data Link Sub-System to operate in the new CONUS-training frequencies while continuing to operate in the current training /operational frequencies. BAE is the OEM for the AN/GJM-65 Advanced support Equipment (ASE) weapon tester. BAE will modify the ASE to test WDL/SDLs in the two new CONUS frequencies while maintaining the capability to test in the operational frequencies and current training frequencies (OCONUS). Description of Requirement: The third component to Frequency Relocation is the F-15E aircraft integration to support interface with the AXQ-14 Pod, ZSW-1 Pod, WDL/SDLs, 1810-109 tester and the ASE tester. The AGM-130 Program Office requires design review support for each of the components and testers being modified. In addition, the following ICD?s must be modified, GBU-15, AGM-130, AXQ-14 and the ZSW-1. Technical orders will be reviewed and updated to accommodate the changes. System verification support is required in order to prepare test plans & procedures to support aircraft integration and flight test. Sustainment: Description of Requirement: Services provided will consist of three major task areas. These are: 1) Depot service, calibration and repair of selected GBU-15 and AGM-130 module assemblies; 2) Selected engineering Technical services on an approved as required basis; 3) Refurbishment of improved depot factory test equipment. Total Contract Estimate: $15M Note 22 applies
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4927319bd1701c4b768961f2ce8d05de&tab=core&_cview=1)
 
Record
SN01727179-W 20090108/090106215808-4927319bd1701c4b768961f2ce8d05de (fbodaily.com)
 
Source
FedBizOpps 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.