Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SPECIAL NOTICE

14 -- FY20-FY29 Acquisition of AMRAAM Development Programs

Notice Date
5/2/2017
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBAK - Eglin, 207 W D Ave, Bldg 349, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FY20-29_AMRAAM_Development
 
Archive Date
6/18/2017
 
Point of Contact
Harold S. Wall, Phone: 8508830796
 
E-Mail Address
harold.wall@us.af.mil
(harold.wall@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is provided by the Air Force Life Cycle Management Center, Air Dominance Division, AIM 120 Development Branch (AFLCMC/EBAD) to announce anticipated future acquisitions for design, development, test, and integration activities for AIM-120C (all variants), AIM-120D, and other U.S. and/or FMS variants of the Advanced Medium Range Air-to-Air Missile (AMRAAM) resulting from system improvement programs, software maintenance tape updates, and Form, Fit, and Function Refresh (F3R) or similar programs. From FY20 through FY29, the Government intends to solicit and award contract actions, with a period of performance not to exceed 30 Sep 2032, under the authority of FAR 6.302-1 to Raytheon Missile Systems, 1151 E. Hermans Road, Tucson AZ, 85756, to support anticipated AIM-120 weapon system improvement activities. The contemplated contract actions include the following activities: 1) AIM-120D System Improvement Program (SIP) - SIP will continue to expand AIM-120D performance capabilities. SIP will investigate performance improvements, addressing any deficiencies identified through developmental and operational testing as well as aircraft integration updates. SIP will include contractor support of the selection of performance improvement candidates and technical maturation and risk reduction efforts as appropriate. SIP is intended to encompass software deliveries for all hardware configurations of the AIM-120D variant which include F3R variants; 2) Changes to AIM-120C3 through C7 Software - The contractor may be required to make improvements or corrections to software defects or deficiencies identified in fielded AIM-120C3 through C7 AMRAAMs; 3) Platform Integration Support - These tasks provide lab test, flight test, flight clearance, and simulation support during all integration activities for F-15, F-16, F/A-18, F-22, F-35, and FMS platforms. Tasks include developing missile simulation software to enable AMRAAM simulations to efficiently interface with aircraft simulations for system-of-systems training. Requirements will involve analyzing and characterizing effects of flight profile data on AMRAAM variants. Support includes tasks related to AMRAAM simulations used by platform contractors, as needed assistance to platform contractors for AMRAAM integration with aircraft operational flight programs (OFPs), providing and maintaining flight clearance technical data packages for various AMRAAM configuration, failure anaysis and anomaly resolution, and maintenance of support equipment for aircraft integration tasks; 4) Test Chamber Upgrades and Improvements - this program will update existing test chamber facilities that, along with modeling and simulation software, are used to recreate real-world missile environments and enable the Government to reduce the number of flight test missions and reduce cost and schedule risk. These facilities are used to evaluate complex hardware and software development and perform formal qualification tests (FQT) of developed software. Tasks associated with test chamber upgrades and improvements involve unique AMRAAM hardware and software, computer equipment, and the expertise required to integrate and test a system-of-systems suitable for requisite software testing and FQT completion; 5) Test Laboratory Management and Maintenance - these activities involve the integrated management of all test laboratories, environments, and assets used for AMRAAM development programs. This effort involves employment and maintenance of a relational database to track the status, usage, capabilities, and asset inventory of all the AMRAAM development laboratories. The contractor will also be required to maintain and repair assigned laboratory test equipment; 6) Field Team Test Support - These requirements involve contractor support for flight and ground tests at multiple field locations such as White Sands NM, Utah Test Range, Edwards AFB CA, China Lake NAWC CA, and Eglin AFB FL. The contractor will perform missile configuration modifications and software loads to support pre-mission requirements, and complete post-mission analysis and reports. Test support activities include maintaining, repairing, and coordinating usage of test missiles, pods, and equipment used by the field team. Solicitations for the contemplated activities listed above will be issued as individual Requests for Proposals from FY20 through FY29. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Any submission will need to demonstrate how the source can provide qualified capabilities without incurring substantial duplication of costs or unacceptable delays to the AMRAAM program activities. Responses must be received within 45 calendar days after the posted date of this synopsis. An ombudsman has been appointed in accordance with AFFARS 5352.201-9101. Before consulting with the ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, the interested party may contact the Ombudsman (Interim), Ms. Jill Willingham, Acquisition Program Management Division, (AFLCMC/AQP), Wright Patterson, AFB, OH, 937-255-5472. Communications regarding this acquisition should be directed to the Contracting Officer, Steve Wall, (850) 883-0796.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14cc0925056c6f611a7b5a9119239d1e)
 
Place of Performance
Address: Raytheon Missile Systems, Tucson, Arizona, 85756-9367, United States
Zip Code: 85756-9367
 
Record
SN04492254-W 20170504/170502234539-14cc0925056c6f611a7b5a9119239d1e (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.