Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2017 FBO #5796
SOURCES SOUGHT

58 -- Sniper Advanced Targeting Pods Spares

Notice Date
10/4/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
FD2060-17-55718
 
Archive Date
11/3/2017
 
Point of Contact
Lindsay Gooding, Phone: 4789263548
 
E-Mail Address
lindsay.gooding@us.af.mil
(lindsay.gooding@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government's intent is to establish a sole source contract for the following Sniper Advanced Targeting Pod (ATP), Low-Altitude Navigation & Targeting Infrared for Night (LANTIRN) Navigation Pod (NP), and Infrared Search & Track (IRST) replenishment spares. SNIPER Part Number System Nomenclature 77421520-009 Sniper Cover LANTIRN/NAV Part Number System Nomenclature 717456720-009/019 LANTIRN/NAV HOUSING ASSEMBLY Cover 717456750-009/029 LANTIRN/NAV OPTICAL EQUIPMENT A 717456790-009 LANTIRN/NAV RISLEY ASSEMBLY, SNA 717456835-009 LANTIRN/NAV Risley Computer 717456870-009 LANTIRN/NAV ECA - VOLTAGE REGUL 717456890-009 LANTIRN/NAV CABLE ASSEMBLY, SPEC 717456892-009 LANTIRN/NAV CABLE ASSEMBLY, SPEC 717613000-189/199 LANTIRN/NAV POWER SUPPLY; POD 79745300-XXX/029 LANTIRN/NAV VIDEO PROCESSOR ECA IRST Part Number System Nomenclature 717455630-009 IRST LRU-2 717455670-009 IRST Cable Assembly SUBJECT: Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the Sniper, LANTIRN, and IRST components listed in the table above. ITEM DESCRIPTION: The Sniper ATP has been integrated with the F-15 Aircraft to provide electro-optical and infrared imagery for the RSAF operator. These pods provide target acquisition and designation in air-to-ground modes adequate to employ weapons at maximum range. Additionally, Sniper must perform with little or no degradation in the presence of battlefield obstructions and enhance interoperability between the USAF and the RSAF FMS customer. Sniper ATP provides laser spot search and track capability beyond maximum weapons employment envelope sufficient to provide 30 seconds of acquisition time for all weapons employment options. It also provides a laser marker that can be detected with night vision goggles by a ground or air controller with sufficient brightness and accuracy to visually confirm weapons at point prior to maximum weapons employment release. The LANTIRN NP is a low-level navigation system that uses terrain following radar to detect obstacles in the flight path for the aircrew during the day, night, or adverse weather conditions, and IRST provides situational awareness of airborne threats and targets. Impediment to Competition: The original equipment manufacturer for these items is Lockheed Martin Missiles and Fire Control (LMMFC) (Cage Code 04939). The Government does not have unlimited rights to the latest data, drawings, schematics, or any other releasable technical data in support of this requirement. As a result, LMMFC is the only known source with adequate knowledge of the Sniper, LANTIRN, and IRST Sensor Suite performance requirements and possession of the required technical data and capabilities needed to produce this item and ensure compatibility of the equipment. INTEREST: The DLA/WR Contracting Office intends to award a sole source contract to LMMFC for the manufacture of the Sniper, LANTIRN, and IRST equipment in support of the Precision Attack Program. Other interested parties may identify their interest and capability to respond to the requirement no later than 16 Oct 2017 via email to dla.dlr.proc@us.af.mil. The Government intends to procure these items using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DISCLAIMER: This sources sought synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation, and shall not be construed as a commitment by the Government. Responses in any form are not offers, and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/FD2060-17-55718/listing.html)
 
Record
SN04705891-W 20171006/171004231058-82bd61e062bd3700a524345b9f73ba9c (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.