Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOLICITATION NOTICE

10 -- JPF Bridge Contract

Notice Date
11/1/2010
 
Notice Type
Presolicitation
 
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, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8681-11-R-0388
 
Archive Date
12/16/2010
 
Point of Contact
Leanne T Green, Phone: (850)883-0902, Trisha A. Brinton, Phone: (850)883-1248
 
E-Mail Address
leanne.green@eglin.af.mil, trisha.brinton@eglin.af.mil
(leanne.green@eglin.af.mil, trisha.brinton@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AAC/EBDZ/EBDK, Joint Programmable Fuze (JPF) Program Office will be conducting a competitive source selection in FY11 for the award of a JPF Follow-on Production contract for delivery of an initial Lot of JPF systems plus 6 optional Lots on an annual basis. In the event that the competitive contract is awarded to a source other than the incumbent, the JPF Program plans to award a separate sole source bridge contract to Kaman Precision Products, Inc., 6655 E. Colonial Drive, Orlando, FL, 32807-5200. The initial award will contain a minimal number of fuze systems (approximately 372 units) but could contain more depending on funding and other considerations. The proposed bridge contract will consist of (1) base year of approximately 10,000 JPF fuze deliveries and spares plus one (1) option year of approximately 8,000 JPF fuze deliveries and spares in order to assure continuous deliveries to the warfighter during the start-up period under the competitively awarded contract. The FMU-152A/B Joint Programmable Fuze (JPF) is a cockpit-selectable bomb fuze employed in MK-80 series warheads (both guided and unguided variations), and both the 2000lb and 5000lb series Penetrator warheads. The FMU-152A/B fuze system consists of the fuze, the FZU-55A/B fuze initiator and the FZU-63A/B fuze initiator, a closure ring, and power cable. Spares for the fuze system would consist of the FZU-55A/B initiator, the FZU-63A/B initiator, power cable, closure ring, compatibility hardware for GBU-15/AGM-130 configuration, and a small variety of sub-tier components. In addition to the required spares, the government may require additional procurement of JPF trainers in the following configurations: 1. The FMU-152A(D-1)/B configuration consists of a non-explosive fuze with working electronics and the closure ring used for laboratory and pilot familiarization and proficiency training and 2. The FMU-152A(D-2)/B configuration consists of the FZU-55 initiator, power cable, closure ring, compatibility hardware for GBU-15/AGM-130 configuration, shipping plug, and is used for load crew standardization and weapon assembly familiarization training. The government intends to solicit and negotiate this bridge contract with only one source under the authority of FAR 6.302-1(a)(2)(ii). Interested parties must submit statements of capability (SOC) or capabilities package addressing the following: (1) Demonstrated technical knowledge of the Joint Programmable Fuze (FMU-152A/B) requirements for operational performance, interface requirements for JDAM and other guided 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 the fuze (FMU-152A/B) and closure ring as listed above, and produce or acquire associated sub-tier components; (3) Adequate production facilities and production capabilities to produce and assemble the fuze initiator (FZU-55A/B and FZU-63A/B) and power cable, and produce or acquire associated sub-tier components; (4) Adequate production facilities and production capabilities to produce and assemble fuze trainers as listed above; (5) Ability to perform acceptance and other required tests of fuzes and fuze initiators in accordance with Contractor-developed and Government approved plans; (6) Ability to deliver fuzes, fuze initiators, spares, and trainers on schedule (deliveries beginning 12 months after contract award). 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 45 days of the publication date and must state whether the potential source is a small business concern IAW FAR 52.219-1. The NAICS Code/Size Standards is 332995/500 employees. Interested persons may identify their interest and capability to respond to the requirement by submitting Statements of Capability to produce and deliver FMU152A/B fuze systems, accessories, spares, and trainers. Deliveries are expected to be begin NLT 12 months after contract award and to complete deliveries within a 12 month period. This notice of intent is not a request for competitive proposals. However, all statements of capability received within forty-five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The primary Ombudsman is Col David A. Harris, AAC/CV and the alternate Ombudsman is Col Edward J. McAllister III, AAC/CS both located at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495, phone number (850) 882-5422, DSN 872-5422. THIS IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Interested sources should contact Ms. Trisha Brinton, Contract Specialist, 850-883-1248, Trisha.Brinton@eglin.af.mil or Ms. Leanne T. Green, 850-883-0902, Leanne.Green@eglin.af.mil. For technical information on this synopsis, contact Major Bena Sellers, 850-883-8787 ext 2328. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8681-11-R-0388/listing.html)
 
Place of Performance
Address: AAC/EBDK, 205 W D AVE. STE 545, EGLIN AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02320297-W 20101103/101101234147-bd97f8ff8377a0df1cc99c52910b275a (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.