SOURCES SOUGHT
10 -- Small Diameter Bomb Increment 1
- Notice Date
- 7/16/2014
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA8681-14-R-0262
- Point of Contact
- Rhonda Matlock, Phone: (850) 883-1470, Todd E. Barlow, Phone: 8508831415
- E-Mail Address
-
rhonda.matlock@us.af.mil, todd.barlow.3@us.af.mil
(rhonda.matlock@us.af.mil, todd.barlow.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE: This is not a solicitation but rather market research to determine potential sources for information and planning purposes only. Small Diameter Bomb Increment I (SDB I) for five follow-on production lots to support Foreign Military Sales - The Air Force Life Cycle Management Center, Direct Attack Division, Direct Attack International Branch, Contracts Office, Eglin AFB FL, is conducting market research in preparation for a potential new contract to be awarded in FY15 for First Article Acceptance Testing (FAAT), five production lots of Small Diameter Bomb I (SDB I) weapons system for Foreign Military Sales and approximately five years of engineering/sustainment support. This contract will include trainers, spares, containers, guidance test vehicles (GTVs) that include a certified flight termination system (FTS) and telemetry utilizing the KGV-135A encryption chip, Reliability Assessment Vehicles (RAVs), Tactical Training Rounds (fully functional SDB I with inert warhead and fuze), a 4-place pneumatic carriage, technical documentation, integration support services, and warranty and non-warranty support. The Air Forces acquisition strategy for the follow-on production contract is to begin full rate deliveries in September 2016. SDB I will be a 250-pound class weapon designed as a small autonomous, conventional, air-to-ground, precision glide weapon able to strike fixed and stationary targets for a tactically significant standoff range and close-air-support. The SDB I air vehicle will include a warhead, an integrated fuze, wing assembly, guidance and control subsystem, and a tail actuation system. The air vehicle will possess day/night and adverse weather capabilities. The guidance and control subsystem will perform navigation, guidance, and control of the weapon and provide the interface to the launch platform. The SDB I air vehicle will navigate to a desired target using a combination of Inertial Navigation System/Global Positioning System (INS/GPS) aided guidance. Using a digital interface, the Inertial Measurement Unit (IMU) will provide fully compensated incremental angle and incremental velocity data for navigation as well as angular rates and linear accelerations for flight control. The GPS receiver will receive and process GPS satellite signals from an antenna subsystem, provide position, velocity, and time (PVT) information, directly or in conjunction with a host system and reliability track to within three meters of desired target. The SDB I air vehicle incorporates a blast frag/penetrator warhead that will meet current DOD standards for insensitive explosives and be capable of detonating at a pre-determined Height of Burst (HOB) prior to impact, at impact, or a pre-programmed delay after impact. For HOB the sensor will incorporate an RF sensor to establish height above target. The SDB I air vehicle and 4-place carriage system will integrate with existing munitions support infrastructure using a two-level maintenance concept. The weapons will be designed as an All-Up-Round (AUR) with associated common carriage system and container. The Common Munitions BIT/Reprogramming Equipment (CMBRE), using an ADU-890E Adapter Unit will be required to load the SDB I weapon system operational flight profile (OFP) software. The 4-place carriage system is a reuseable bomb rack unit capable of mounting four SDB I air vehicles to one aircraft weapon station while maintaining the electrical power and signaling for carriage functions and weapon interactions needed to commit to and detect separation. Two container configurations are required; a carriage container and weapon container. The carriage container will be capable of holding an empty carriage system or a carriage system loaded with up to four SDB AURs. The weapon container will be capable of holding one SDB AUR. Potential offerors would be required to provide a SDB weapon system that is MIL-STD-1760 capable; Universal Armament Interface (UAI) compliant; integrated and certified on the F-16, F-15, F-22 and Gripen; and available for full rate production by 2016. The aircraft weapon stations load-out will be: F-15E (LC1, LC3, 5, RC1, RC3); F-16 (3, 7); F-22 (Internal) and Gripen (3Lt & 3Rt). Funding is not available to integrate and certify SDB I onto these aircraft types. Offerors must have the capability to load and store 1.2D live explosives until FMS countries are able to receive shipments. The objectives of SDB I production lots are to produce an SDB I that is fully integrated and qualified for employment. The following delivery schedule must be met or exceeded; Contract Award - approximately August 2015, first delivery of fully qualified production units - NLT August 2016. The estimated total value is $545M across the five production lots, consisting completely of FMS requirements, but could potentially reach a maximum value approximately $2.35B if production capacity is fully attained. There are no known or planned USAF requirements for future SDB I procurements; however, potential offerors must possess a capability to accommodate any future U.S. Air Force requirements within the scope of any awarded contract. Potential offerors must have the capability of obtaining or offering adequate resources to provide engineering and testing support for emerging aircraft integration requirements. The current funding only supports First Article Acceptance Testing (FAAT) and production of SDB I systems. As a result, the Government considers system maturity and schedule to be the top priority; therefore, offerors must be prepared to begin full rate deliveries by September 2016. The contractor must also have the capacity to produce at a rate of 3,900 systems per year for the duration. The contractor must provide shipping to CONUS locations and also provide adequate production, test, logistics (warranty) support, shipping and containers. The warranty support for FMS is a 1-year, out-of-the-box serviceability warranty. Interested sources who can meet the performance and schedule requirements outlined above should submit a Capabilities Statement that includes an overview of the following capabilities: 1) The ability to meet the Government's required delivery schedule and production rate of fully integrated SDB I systems that meet or exceed the specified technical capabilities to begin in August 2016; 2) The technical expertise/experience and support equipment to produce the SDB I system; 3) The capability to load explosives and the capacity to store 1.2D live explosives (not to exceed a quantity of 1000 units for up to 180 days) until FMS countries are able to receive shipments; 4) The ability to provide the specified warranty for the SDB I system; and 5) The ability to perform a portion of the requirement for identification of possible breakout or subcontract opportunities. The Capabilities Statement shall be limited to 5 pages including attachments. This acquisition will be limited to domestic sources. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition shall be 336414 with a size standard of 500 employees. The Government is interested in all small businesses to include 8(a) Service-Disabled Veteran Owned, Hub zone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a list of similar services offered to the Government and to commercial customers for the past three years. A decision as to whether this acquisition shall be full and open competition, small business set-aside or sole source shall be based on responses to this Sources Sought and other market research. This Sources Sought is for information and planning purposes only and does not constitute an IFB or RFP, and is not to be construed as a commitment to contract by the Government. Interested companies must submit a statement of capability within 30 days of this announcement to Ms. Rhonda Matlock at AFLCMC/EBDK, 205 West D Ave, Suite 135, Eglin AFB, FL 32542 or to rhonda.matlock@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8341eab70e7289de00eeb843e9ed8a0e)
- Record
- SN03427715-W 20140718/140716235515-8341eab70e7289de00eeb843e9ed8a0e (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 |