Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOURCES SOUGHT

13 -- Paveway II Laser Guided Bombs - Bid Qualificaiton Plan - Requirements Document for Qualification

Notice Date
7/21/2009
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8213-09-R-3040
 
Archive Date
8/22/2009
 
Point of Contact
Adam E. Jurkiewicz, Phone: 8015866015, Mark Kiedrowski, Phone: 801-777-2690
 
E-Mail Address
adam.jurkiewicz@hill.af.mil, mark.kiedrowski@hill.af.mil
(adam.jurkiewicz@hill.af.mil, mark.kiedrowski@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Paveway II Requirements Document for Qualificaiton to Produce Paveway II Weapons Paveway II Bid Qualificaiton Plan PAVEWAY II SOURCES SOUGHT SYNOPSIS This announcement constitutes a Sources Sought Synopsis. It is intended as a method of informing potential contractors of the existence of a Bid Qualification Plan for Paveway II Laser Guided Bombs. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. The United States Air Force (USAF), United States Navy (USN) and Foreign Military Sales (FMS) units are seeking potential contractors to "qualify to bid" as a source supplier for Paveway II Laser Guided Bombs for an anticipated GBU-16, GBU-12 and GBU-10 procurement. The Bid Qualification Plan outlines those efforts necessary to "qualify potential producers to bid" as a source supplier of GBU-16, GBU-12 and GBU-10 Laser Guided Bombs. Upon contract award, the selected best value contractor shall be required to complete additional significant efforts to demonstrate complete interchangeability and interoperability with existing U.S. Government inventories not limited to: demonstration, analysis, environmental testing and additional drop testing. Guided Bomb Units (GBUs) are purchased as kits consisting of one each Computer Control Group (CCG) and one each Airfoil Group (AFG) prepackaged in containers of a specified design. Kits shall be form, fit and function compatible to current existing U.S. Government inventories. Computer Control Groups (CCG) and Airfoil Groups (AFG) can also be procured individually based on the customer's requirement. The Bid Qualification Plan is designed to demonstrate each offeror's competency to bid on Paveway II procurements. If an offeror desires technical information they may contact 507 CBSS/GBLC, 6034 Dogwood Avenue, Bldg. 1257, Hill AFB, UT 84056-5816, Attn: DaVon Day (801) 777-8156, or by E-Mail at davon.day@hill.af.mil. A Firm-Fixed Price (FFP) five year, Indefinite Delivery, Indefinite Quantity (ID/IQ) contract with two additional Option Years is being contemplated at an estimated value of $650M. The USAF's anticipated requirement is for an estimated quantity of 5,000 each MXU-667 (AFG); 25,000 each MXU-650 (AFG); 10,000 MXU-651 (AFG); 40,000 each MAU-169/209 (CCG). Note these numbers are estimates only and in no way obligate the US Government. Deliveries are required to begin no later than November 2011. The government estimates that it will cost potential offerors approximately $10 million to "qualify to bid" on this anticipated procurement. The government further estimates that it will take potential offerors a minimum of fifteen months to "qualify to bid". It is anticipated that a Request for Proposal (RFP) will be issued in November 2009 with a closing date in January 2010. This will ensure that award is accomplished by the need date of May 2010 for contract award. To assist interested offerors, the Bid Qualification Plan can be found at the following web site: http://contracting.hill.af.mil//html/sourcesought/sshp.htm. The Performance Specification Documentation AS 6192 can be obtained by contacting the engineer by written request at 507 CBSS/GBLC, 6034 Dogwood Avenue, Bldg. 1257, Hill AFB, UT 84056-5816, Attn: DaVon Day (801) 777-8156, or by E-Mail at davon.day@hill.af.mil. Potential offerors should respond to this synopsis within 30 days following the publication of this notice. Written responses may be sent to the Contracting Officer at 784TH CBSG/PK, 6033 Elm Lane, Bldg. 1247, Hill AFB, UT 84056-5825, Attn: Adam Jurkiewicz (801) 586-6015, or by E-Mail at adam.jurkiewicz@hill.af.mil. Information received will be considered for the purpose of determining industry interest in the upcoming procurement. No reimbursement will be made for any costs associated with providing information in response to this sources sought. Any information submitted by respondents to this notice is strictly voluntary. Raytheon Systems, Tucson, AZ, and Lockheed Martin, Archbald PA, are the only known sources who currently have the knowledge, skills, facilities and equipment required for this effort. Electronic procedures will be used for this solicitation and will be posted to www.fbo.gov when issued. Firms responding to this sources sought notice are also requested to provide the 784th with capability statements, which at a minimum need to include:  Company Name & Associated CAGE code  Point of Contact Name and Number  Business Status (8(a), Small, HUBZone, Woman-owned, etc.) Capabilities statement should be submitted via e-mail to the following: adam.jurkiewicz@hill.af.mil, mark.kiedrowski@hill.af.mil & staci.draney@hill.af.mil no later than 4:00 p.m. mountain standard time (MST) on Friday, 7 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8213-09-R-3040/listing.html)
 
Record
SN01882839-W 20090723/090722002005-bf3affad69fb24fa0a4dd88696d47990 (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.