MODIFICATION
13 -- DSU-33/C-HOBS
- Notice Date
- 7/24/2017
- Notice Type
- Modification/Amendment
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8213-17-R-DSU33
- Point of Contact
- Darin B. Huler, Phone: 8017779188, Antonio B McCartney, Phone: 801-775-4443
- E-Mail Address
-
darin.huler@us.af.mil, antonio.mccartney.1@us.af.mil
(darin.huler@us.af.mil, antonio.mccartney.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 24 July 2017 Official Synopsis for Cockpit-Selectable Height-of-Burst (C-HOBS) Sensor: Subject: C-HOBS Action Code: Synopsis Description: The Joint Direct Attack Munition's (JDAM's) current fuze sensor, DSU-33D/B, has been in production since 1995 ; significant obsolescence issues prevent continued procurement of this sensor. C-HOBS is a modification program established to resolve current obsolescence issues with the DSU-33D/B sensor and to improve sensor performance. C-HOBS will maintain the same form, fit and function as the DSU-33D/B; however, due to the nature of the changes required to address the obsolescence issues, certain targets of opportunity to future-proof the sensor will be addressed. The changes include both manual and cockpit-selectable height-of-burst with improved system performance for JDAM and the Next Generation Area Attack Weapons (NGAAW) missions, which are pivotal to battlespace success. The C-HOBS requirement will be awarded via full and open competition. National Stock Number: To be determined. Qualification Requirement per FAR Subpart 9.2: Pre-qualification not required to propose as qualification will occur during contract performance. Manufacturer, size, dimensions, other form, fit or functional description, predominant material of manufacture: DSU-33 Technical Data Package, C-HOBS System Requirements Document, and draft Interface Control Document (ICD) has been provided to industry upon request, and is still available upon request through the POC referenced below. The JDAM Joint Operational Requirements Document, Anti-Tamper Security Classification Guide, Final ICD and Technical Order/Technical Manual Work Package will be made available shortly. Please send requests for these documents immediately so the Government can distribute the documents as soon as they become available. A approved DD Form 2345 will be required to receive the above mentioned documents for those who have not yet submitted one to the below POC. Anticipated Quantity: Maximum of 60,000 C-HOBS units. Units of issue: Design and Qualification (each) C-HOBS (each), Data and Reports Not Separately Priced (lots), Data and Reports - priced, (each), First Article Acceptance Test (each), Trainers (each), Cable Kits (each), Spares (each) and Life Cycle Surveillance and Test Set, (each). Destination information: Inspection and acceptance will be at destination for Data and Reports CLINs. Inspection and acceptance will be at origin for all other CLINs. Delivery Schedule: It is anticipated that Design and Qualification will be completed within 24 months of contract award, and C-HOBS deliveries will have an 18 month PoP which is inclusive of a 6 month long lead time and 12 months for production. Solicitation Number: The official solicitation number for this requirement will be FA8213-17-R-3046; however the announcement will be listed under the existing FA8213-17-R-DSU33 number as previously used on www.fbo.gov to avoid two separate listings for the same C-HOBS requirement. NAICS Code: 332993 Classification Code: 13 - Ammunition & explosives. Pricing Arrangement/Contract Type: The predominant pricing arrangement will be Firm Fixed Price (FFP). Additional pricing arrangements that will be utilized are Cost Plus Fixed Fee (CPFF) and Cost Reimbursable (CR). Anticipated CLIN Structure: CLIN DESCRIPTION CONTRACT TYPE 1000 Design and Qualification CPFF 2000 Data and Reports - Not Separately Priced N/A 2001 Data and Reports - Priced FFP 3000 First Article Acceptance Test FFP 3001 C-HOBS FFP 3002 Trainers D1 FFP 3003 Trainers D2 FFP 3004 Trainers D5 FFP 3005 Cable Kits FFP 3006 Spares FFP 4000 C-HOBS FFP 4001 Trainers D1 FFP 4002 Trainers D2 FFP 4003 Trainers D5 FFP 4004 Cable Kits FFP 4005 Spares FFP 5000 C-HOBS FFP 5001 Trainers D1 FFP 5002 Trainers D2 FFP 5003 Trainers D5 FFP 5004 Cable Kits FFP 5005 Spares FFP 6000 C-HOBS FFP 6001 Trainers D1 FFP 6002 Trainers D2 FFP 6003 Trainers D5 FFP 6004 Cable Kits FFP 6005 Spares FFP 7000 C-HOBS FFP 7001 Trainers D1 FFP 7002 Trainers D2 FFP 7003 Trainers D5 FFP 7004 Cable Kits FFP 7005 Spares FFP 7006 Life Cycle Surveillance Test Set FFP 8000 Travel CR - No Fee Period of Performance (PoP): Anticipate an eight-year PoP with a seven-year ordering period. Proposal Submittal: Offerors will be given at least 45 days to submit a proposal starting from the solicitation release date. Anticipated Solicitation Release Date: 8 August 2017 (date is subject to change). The Government reserves the right to release the solicitation later than this date. Anticipated Award Date: 23 May 2018 (date is subject to change). Set-Aside: N/A - Full and Open competition. Place of Performance: Contractor's facility. Foreign Participation: Prospective offerors are advised that foreign participation is not permitted. Responsible Offerors: All responsible sources may submit a proposal, which shall be considered by the agency. Export Controlled Data: This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. US contractors shall submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form is available at http://www.dtic.mil/whs/directives/forms/eforms/dd2345.pdf. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. Foreign participation is not authorized. Solicitation, Notices & Amendments: The solicitation and all subsequent notices and amendments will be posted on the internet at www.fbo.gov. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Synopsis Respondent's: Respondents to the solicitation shall specify whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also, respondents shall specify whether they are a U.S. or foreign-owned firm. Inquiries: Any questions in regards to this notice must be submitted in writing (preferably by email) to the Contracting Office according to the contact information provided below: Contracting Office Address: Contracting Officer: Darin Huler (darin.huler@us.af.mil) 6072 Fir Ave Bldg 1233 Hill AFB, UT 84056-5820
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8213-17-R-DSU33/listing.html)
- Record
- SN04592926-W 20170726/170725085451-f4b5e6a335092d7fd2eaf0a36c4c405c (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 |