SOURCES SOUGHT
13 -- MJU-39 and MJU-40 for the F-22
- Notice Date
- 8/11/2011
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation 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
- FA8213-11-R-77090
- Archive Date
- 9/10/2011
- Point of Contact
- Amanda A. Holmes, Phone: 801-777-5785
- E-Mail Address
-
amanda.holmes@hill.af.mil
(amanda.holmes@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis: MJU-39 and MJU-40 Flares for the F-22 This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The Government will utilize the information provided only to develop the acquisition strategy for future requirements. All information submitted will be held in a confidential status. Description: Infrared (IR) Countermeasure (CM) Flares: 1) MJU-36, NSN: 1370-01-498-2045, P/N: 3093908. The MJU-39 Flare is a magnesium based kinematic IR countermeasure. It consists of an aluminum case, crimped on aluminum end cap, plastic piston, sequencer device, flare body with nozzle and shroud. It is dispensed and ignited in flight by a BBU-59 impulse cartridge. 2) MJU-40, NSN: 1370-01-498-2050, P/N: 3093907. The MJU-40 Flare is a magnesium based kinematic IR countermeasure. It consists of an aluminum case, crimped on aluminum end cap, plastic piston, sequencer device, flare body with nozzle and shroud. It is dispensed and ignited in flight by a BBU-36/B impulse cartridge. All interested producers must have personnel trained, skilled, and experienced in the handling of very sensitive hazardous pyrotechnic formulations that produce extreme heat when ignited, i.e., magnesium-Teflon composition. Also required are equipment designed and tooled for production of very sensitive/volatile hazardous materials, i.e., explosive mixers, consolidation presses, extruders and ovens. Facilities must meet proper fire/explosive safety requirements, such as deluge systems, remote operations, sufficient storage and manufacturing space to meet quantity distance requirements. Unique processes used in the manufacture of the IR CM flares are pyrotechnic mixing and pressing/extruding of explosive materials. Additionally, any contractor must have clearance to work with classified documents, as portions of the technical data package are classified. Contractors also need to be a qualified decoy vendor through the National Technology and Industrial Base (NTIB). Only companies seriously interested in producing the above IR CM flares are to respond to this sources sought/market research notice. Failure to procure the IR CM flares from a fully qualified source could result in failure of the part, degradation, of aircraft mission capability, or loss of aircraft and crew. Interested companies should respond by providing the Government the following information: a brief summary of the company's capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability. The NAICS code is 325998 and the size standard is 500 employees. Please indicate your business size in your response. Interested companies should provide minimum and maximum monthly production quantities and identify the remaining capacity for simultaneous production of all the items listed above (and if manufacturing resources are shared with other item/production lines). Additionally, it is requested that offerors provide the Minimum Procurement Quantity (MPQ) required for economical production. Interested companies should also include a Rough Order of Magnitude (ROM) unit price for each range of each flare. The estimated annual dollar amounts the government anticipates spending are between 2M and 8.5M for each flare. It is anticipated, the Government will split the award between two offerors resulting in two Indefinite Quantity Indefinite Delivery (IDIQ) contracts for both Flares - one contract for each offeror. Interested parties have 15 calendar days from the date of this publication to submit information to be considered in the development of the acquisition strategy for this item. Any response to this market research should reference the following: IR CM Flare Family of MJU-39 and MJU-40 Flares. Please submit to: OO-ALC/GHGK, 6033 Elm Lane, Bldg 1247, Hill Air Force Base 84056, ATTN: Amanda Holmes or, email: amanda.holmes@hill.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8213-11-R-77090/listing.html)
- Record
- SN02531292-W 20110813/110812000148-77cb69945135891c00479e5c321042cb (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 |