SOLICITATION NOTICE
14 -- JASSM Production Lot 11 / JASSM-ER LRIP 3
- Notice Date
- 3/5/2012
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle 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, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- FA8682-13-C-0004
- Archive Date
- 4/5/2012
- Point of Contact
- Rochelle L. Gasper, Phone: 8508833687, Sue A. Stanley, Phone: (850)883-2920
- E-Mail Address
-
rochelle.gasper@eglin.af.mil, sue.stanley2@eglin.af.mil
(rochelle.gasper@eglin.af.mil, sue.stanley2@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice serves as a pre-solicitation notice for the full rate production procurement of the Joint Air-to-Surface Standoff Missiles (JASSM) and the low rate initial production (LRIP) procurement for Joint Air-to-Surface Standoff Missile-Extended Range (JASSM-ER) systems future Lot buys envisioned for JASSM/JASSM-ER Production Lot 11/ LRIP 3, 12/LRIP 4 & 13/LRIP 5 and Sustainment Program (FY13-FY15). The Armament Directorate envisions awarding a sole source contract for Production and Sustainment for the JASSM and the JASSM-ER for Lots 11/LRIP 3 with priced options for Lots 12/LRIP 4 and 13/LRIP 5. This acquisition is contemplated as sole source under authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)), to Lockheed Martin Missiles and Fire Control-Orlando, 5600 Sand Lake Road, Orlando, FL, 32819-8907. Subcontracting opportunities should be addressed to Keith Hornyak (Lockheed Martin Missiles and Fire Control-Orlando) at phone 407-356-5849 or e-mail, keith.a.hornyak@lmco.com. Specific production and sustainment requirements may include, but are not limited to: JASSM/JASSM-ER missile production activities which include USAF missiles and missile variants authorized for release to Foreign Military Sales (FMS). In addition to the JASSM-ER missile hardware and software, this weapon system includes warranty support equipment, Telemetry Instrumentation Kits (TIK), precision targeting image software, the JASSM Weapon System Simulator, technical data, obsolescence management, upgrades, production implementation, pre-planned product improvement, sustainment, aircraft integration, non-warranty repair, containers, and other related items. Support items include, but are not limited to, replacement parts, program management, engineering, logistics, test support, support equipment, software/hardware upgrades to support production missiles, associated data, and any other supplies or services needed to sustain the program over the life of the system, as well as all facilities, equipment, labor, tools and test equipment necessary to produce an estimated 117 JASSM missiles and 40 JASSM-ER missiles (Lots 11/LRIP 3); 103 JASSM missiles and 60 JASSM-ER missiles (Lots 12/LRIP 4); and 104 JASSM missiles and 100 JASSM-ER missiles (Lots 13/LRIP 5). FMS Quantities are to be determined (TBD). Deliveries for each Lot are anticipated to begin approximately 18 months after contract award or exercise of each option. Sustainment activities include JASSM/JASSM-ER system repair, containers, and repairable/replaceable components of these end items plus the repair infrastructure; and any other supplies or services needed to sustain the JASSM/JASSM-ER program over the life of the system. Repair infrastructure includes: Program management, replacement parts, special tooling maintenance, business management, hardware demilitarization/disposal and administrative support. Sustainment requirements (FY13-15) are anticipated to include the repair capability for the estimated quantities listed above that cover non-warranted missiles and other support items. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture and production. As Lockheed Martin Missiles and Fire Control's obligations under existing contracts continue, any Government-owned peculiar equipment will not be available to any second source. All responsible sources may submit a capability statement which shall be considered by the Government. Any capability statement will need to demonstrate how the source can provide a qualified JASSM/JASSM-ER within the required timeframes and without substantial duplication of costs. No Technical Data Package (TDP) is available. The date of response to this synopsis for the JASSM/JASSM-ER Production & Sustainment Program is fifteen (15) days after the date of this synopsis publication. Facsimile responses or requests to the Contracting Officer at (850) 882-6225 are authorized if you also call and verify receipt. Communication concerning this acquisition should be directed to Sue Stanley, Contract Specialist, sue.stanley2@eglin.af.mil, (850) 883-5358, Rochelle Gasper, Contract Specialist, (850)883-3687, rochelle.gasper@eglin.af.mil or Steve Wall, Contracting Officer at AAC/EBJK, 205 West D. Avenue, Suite 632, Eglin AFB, FL 32542-6807 at (850) 882-3904 or e-mail steve.wall@eglin.af.mil. 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 Ombudsman is Brig Gen David A. Harris, AAC/CV, at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495; his phone number is (850) 882-5422.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8682-13-C-0004/listing.html)
- Place of Performance
- Address: Lockheed Martin Missiles and Fire Control-Orlando, 5600 Sand Lake Road, Orlando, Florida, 32819-8907, United States
- Zip Code: 32819-8907
- Zip Code: 32819-8907
- Record
- SN02688954-W 20120307/120305234048-cfaf4351a2c0950623a933687acd000f (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 |