Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2014 FBO #4774
SPECIAL NOTICE

58 -- Notice of Intent to Extend FA8625-12-C-6598 Large Aircraft Counter Measure System Acquisition Follow-on

Notice Date
12/18/2014
 
Notice Type
Special Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8625-12-C-6598Extension
 
Archive Date
1/17/2015
 
Point of Contact
Donald B Naiman, Phone: 9379046499
 
E-Mail Address
donald.naiman.1@us.af.mil
(donald.naiman.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
I. NOTICE: This is not a solicitation but rather a notice of intent to extend the ordering period and period of performance of contract FA8625-12-C-6598 from 30 April 2016 through 31 December 2022 on a sole source basis under the statutory authority of 10 U.S.C. 2304 (c) (1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. This is a notice of intent to execute an extension of the ordering period and performance period of contract FA8625-12-C-6598- Large Aircraft Infrared Counter Measure (LAIRCM) Acquisition Follow-on for production and support of the AN/AAQ-24(V) system. Production and support of the AN/AAQ-24(V) system is currently provided by Northrop Grumman Systems Corporation under the Large Aircraft Infrared Counter Measure (LAIRCM) Acquisition Follow-on contract, FA8625-12-C-6598, which was awarded as a sole source contract under the authority of FAR 6.302-1 on 17 February 2012. The Government intends to extend the current contract ordering period from 30 April 2016 to 6 May 2018 with deliveries and performance occurring through 31 December 2022. This action is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304 (c) (1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements II. PURPOSE: The Aircraft Survivability (WLY) Program Office, Wright-Patterson AFB, OH, intends to extend the delivery and performance of contract FA8625-12-C-6598 for production and support of the AN/AAQ-24(V) LAIRCM program. The ordering period will be extended through 31 May 2018 with deliveries and performance through 31 December 2022 as a result of this action. This action is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304 (c) (1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 as there is only one responsible source and no other supplies or services will satisfy agency requirements This contract will be predominately Firm-Fixed-Firm (FFP), and will be the primary vehicle used to acquire LAIRCM system equipment production and support including: Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs), consumables, field support, repairs, support equipment, training, aircraft installation tools and support, systems engineering, program management, technical data, test assets, engineering changes to include peculiar user configurations and integration and/or production of evolutionary developments (developed or produced outside the purview of this contract), obsolescence, reliability, availability and maintainability upgrades, integration support, surveys and studies, aircraft modification design, aircraft modification kits, modification installations, and miscellaneous equipment and support to include Interim Contract Support (ICS) for new LRUs and Pre-Production Assets. Some major components of the AN/AAQ-24(V) system are lasers, pointer tracker assemblies, a processor assembly, a control indicator unit (CIU), repeater assemblies and missile warning sensors (MWS). The National Stock Numbers (NSNs) of these components are: Item Nomenclature, NSN: Processor, Countermeasure, 5865-01-505-8473 Missile Warning Sensor (MWS), 5865-01-515-3488 Control, Countermeasures - Control Indicator Unit (CIU), 5865-01-435-9339 Guardian Laser Transmitter Assembly (GLTA), 5868-01-538-4648 Repeater, 5865-01-506-0382 Small Laser Transmitter Assembly (SLTA), 5865-01-535-8659 NexGen 2-Color IR MWS (P/N 001-008087-0006)-USAF, No NSN Currently Assigned NexGen 2-Color IR MWS (P/N 001-008087-0005) - Navy, No NSN Currently Assigned Control, Countermeasures - Control Indicator Unit, Replacement (CIUR), No NSN Currently Assigned Advanced Threat Warning Sensor (ATW), No NSN Currently Assigned Laser System Processor Replacement (LSPR), No NSN Currently Assigned Northrop Grumman Systems Corporation is currently the prime contractor for the development, manufacture, modernization and sustainment of the LAIRCM system. The Government does not currently have access to the technical data packages. The Contractor must have the capabilities to access the pertinent technical data for production of LRUS and SRUs, system and subsystem repairs, successfully provide technical support and contract program management, interim supply support, and repair and parts service for the designated LAIRCM LRUs and return to Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer specification. III. Information for Interested Parties The Government does not intend to issue a solicitation for this requirement at this time. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. Requests for solicitation will receive no response. The Government issued a Sources Sought Synopsis through the Government-Wide Point of Entry under solicitation number FA8625-15-R-6598 on 4 December 2014 to identify potential supplies. No responses to that synopsis were received. While this notice of intent is for information purposes only, and not a request for competitive proposals, interested parties may identify their interest and technical capability, respond to this requirement, and submit information, which shall be considered by the Aircraft Survivability (WLY) Program Office, Wright-Patterson AFB, OH. The Government retains the right not to compete this requirement based on responses to this notice. Capability statements and/or responses to this notice may be emailed to the Government Contracting Officer, Jeffrey Joseph (jeffrey.joseph@us.af.mil), no later than 15 days from the posting. All contracting questions may be submitted to Capt. Donnie Naiman, (937) 904-6499, (donald.naiman.1@us.af.mil); all technical questions may be submitted to Julia Taylor, (937) 255-9956, (julia.taylor@us.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-12-C-6598Extension/listing.html)
 
Record
SN03600599-W 20141220/141218235335-29941058210e2eefd985cad4941173c1 (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.