Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2015 FBO #4848
SOLICITATION NOTICE

14 -- Miniature Air Lauched Decoy Lots 10 -14 and Support IDIQ

Notice Date
3/2/2015
 
Notice Type
Presolicitation
 
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
FA868215D0082-FA868216C0004
 
Archive Date
3/31/2015
 
Point of Contact
Andrea Matson, Phone: 850-882-0204, Robert Groves, Phone: 850-883-0214
 
E-Mail Address
andrea.matson.1@us.af.mil, robert.groves.7@us.af.mil
(andrea.matson.1@us.af.mil, robert.groves.7@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA) - The Air Force Material Command, Air Force Life Cycle Management Center, Long Range Systems Division, Miniature Air Launched Decoy (MALD) Branch, AFLCMC/EBJM, intends to utilize a class justification and approval estimated at $670,000,000 for multiple follow-on sole source contracts under the authority of FAR 6.302-1, to Raytheon Missile Systems( RMS), Tucson, AZ, to procure the following efforts: purchase of present and future annual Miniature Air Launched Decoy-Jammer (MALD-J) Production Units Lots 10-14 not to exceed 1400; parts obsolescence management, sustainment, aircraft integration, non-warranty repair, technical support, and development of any future variants based on the MALD design, provided such development does not alter the basic MALD vehicle design. There will be multiple contracts that will include production for the lot buys and a 5-year technical support Indefinite Delivery, Indefinite Quantity (IDIQ) contract, using a combination of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP) and Fixed Price Incentive Firm (FPIF) CLINS. The scope of the IDIQ contract includes but is not limited to the following: Assist in the tracking and serviceability of fielded systems Participation in CONUS/OCONUS base site activation activities that include but are not limited to program familiarization and operational maintenance concepts Coordinate and participate in field repairs/retrofits Research and solve deficiencies identified by Deficiency Reports (DRs) and monitor the Reliability Asset Monitor System/Tactical Missile Reporting System (RAMS/TMRS), - Catalog actions necessary to include configuration changes - Update Technical Orders in the fielded data and manuals; provide assistance and problem solving Support required for the integration and continued compatibility of the MALD and/or MALD-J weapon systems on two US government platforms (B-52 and F-16). In addition, support potential integration efforts on other aircraft platforms. Support for Common Munitions Built- in-Test Reprogramming Equipment (CMBRE) Test and Analysis and necessary studies Provide support to include but not limited to Weapon System Evaluation Program (WSEP), Force Development Exercise (FDE), Interface Control Working Groups (ICWGs), Technical Interchange Meetings (TIMs), Test Program Working Groups (TPWGs), Interface Control Documentation (ICDs) or other operational tests data, Contract Data Requirements Lists (CDRLs), monthly reports, testing results, transportation of test articles, field activities, e.g. Support for Failure Review Boards (FRBs), which includes but is not limited to data, analysis, reports and participation in meetings, as required Provide hardware, test software and test support for MALD and/or MALD-J software verification testing, to include but not limited to software integration laboratory, Production Verification Testing (PVT), and reliability assessment testing, e.g. Provide MALD and/or MALD-J software development and maintenance support Provide modeling and measurement support, reports and testing, to include but not limited to Radar Cross Section (RCS) Pole Model, Aerodynamic Measurement modeling and wind tunnel, e.g. Provide Independent Review Team Support for MALD and/or MALD-J Programs Provide MALD and/or MALD-J study reports/analysis as required Support service life extension studies which include but are not limited to data, analysis, reports, component testing, and participation in meetings as required Provide support for MALD and/or MALD-J Development Testing (DT) and Production Verification Testing (PVT) and reports Perform repairs on assets that have failed in the field to include but not limited to, software/hardware issues, user induced failures, etc. Coordinate and participate in field repairs/retrofits Provide support in response to Foreign Military Sales, US Navy, and US Marine Corps efforts in connection with MALD, MALD-J and other MALD variants The only known source that can satisfy these requirements is RMS, the original MALD producer and sustainment provider; because it solely possesses the critical vehicle information and qualified vehicle design to meet Government requirements and delivery schedules. Period of performance through Lot 14 is 31 December 2021. Supplies under this class justification and approval will be scheduled for delivery as late as the end of Fiscal Year 2023 (FY23). The period of performance for any services under this class justification and approval can extend as late as 31 December 2024. Technical Support will extend our 5 years from the date of the award. The Air Force has no developmental funding to develop, demonstrate and test a new MALD system and does not own the Technical Data Package/Drawings to provide to other sources. This notice of intent is not for competitive quotes. No solicitation document is available. No contract will be awarded on the basis of quotation or offers action on this notice. A determination by the Government not to compete the proposed contract action on this notice is solely within the discretion of the Government. However, in accordance with FAR 5.203(a), interested persons may identify their interest and capability to respond to the requirement within the response date specified below in order to be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Anyone desiring to do business with the Air Force must be registered in the System for Award Management (SAM) ( http://www.sam.gov ). This information serves as notice that the MALD program office will be using a class justification and approval. The AFLCMC Ombudsman is Ms. Jill Willingham, (937) 255-5472. For contractual issues, contact Andrea Matson, Contracting Officer (850) 882-0204 ( andrea.matson.1@us.af.mil ). The response date for this synopsis for the MALD/MALD-J Lots 10 - 14 and the IDIQ is 16 March 2015. NOTE: Facsimile responses or requests to the Contracting Officer at (850) 882-0204 are authorized if you can call and verify receipt. Communication concerning this acquisition should be directed to Ms. Andrea Matson, Contracting Officer at andrea.matson.1@us.af.mil or (850) 882-0204, AFLCMC/EBJK, 205 West D Avenue, Eglin AFB, FL 32542.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d9020358900ed5b3731fab46303a36c)
 
Place of Performance
Address: Raytheon Missiles Systems, 1151 E. Hermans Road, Tucson, Arizona, 85756, United States
Zip Code: 85756
 
Record
SN03656507-W 20150304/150302235220-1d9020358900ed5b3731fab46303a36c (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.