Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

58 -- ALE-47 Countermeasures Dispenser System (CMDS) Hardware Procurement

Notice Date
6/17/2024 11:17:40 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8523 AFLCMC WNKD ROBINS AFB GA 31098-1663 USA
 
ZIP Code
31098-1663
 
Solicitation Number
FA8523-24-R-0007
 
Response Due
6/19/2024 1:00:00 PM
 
Archive Date
07/04/2024
 
Point of Contact
Mellissa Smith, Daniel Daniels
 
E-Mail Address
mellissa.smith@us.af.mil, daniel.daniels.2@us.af.mil
(mellissa.smith@us.af.mil, daniel.daniels.2@us.af.mil)
 
Description
Update 2: 17 June 2024 - DRAFT RFP�Question and Answer document has been uploaded Update 1: 20 May 2024 � DRAFT RFP and applicable attachments have been uploaded. The DRAFT RFP will be posted for 30 days ending 19 June 2024 at 4:00 pm Eastern. Questions regarding the DRAFT RFP shall be submitted to Mellissa Smith ( mellissa.smith@us.af.mil ) and Daniel Daniels ( daniel.daniels.2@us.af.mil ). Questions will be compiled with answers posted weekly. This is a notice of intent that Air Force Life Cycle Management Center (AFLCMC)/WNKD anticipates issuing a solicitation for the AN/ALE-47 Countermeasures Dispenser System (CMDS). The AN/ALE-47 CMDS is an integrated, threat-adaptive, reprogrammable, computer-controlled airborne defensive system. The AN/ALE-47 dispenses countermeasure decoys (Chaff, Flare, and others) against radar and infrared homing threats to enhance aircraft survivability. The AN/ALE-47 CMDS procurable under this effort consists of the Line Replaceable Units (LRUs), each of which consist of lower assemblies called Shop Replaceable Units (SRUs). The Air Force and Army support the AN/ALE-47 with two-level maintenance concept. The Navy supports the AN/ALE-47 with a three-level maintenance concept. Warner Robins Air Logistics Complex is the organic depot for Air Force, Army, and Navy AN/ALE-47 hardware and Operational Flight Program (OFP) software. Contractors with one or more unqualified LRUs may qualify the LRUs by meeting Pre-Production Requirements. Pre-Production encompasses all efforts required to demonstrate that the Contractor is prepared for production. Pre-Production includes developing Government approved Environmental Stress Screening (ESS) procedures, developing Government approved ATPs for LRUs and SRUs, performing ESS test on First Article LRUs, performing Acceptance Test on SRUs and First Article LRUs, submitting successful ESS reports and Acceptance Test reports for Government approval, conducting Interchangeability Test, submitting First Article LRUs for Government Inspection And Test, and obtaining Government approval of First Article LRUs.� Government Inspection and Test will include dimensional verification, Interchangeability Test, LRU testing, and some software testing for LRUs containing software.� The Government reserves the right not to award production orders until all LRUs are qualified. The Contractor must obtain a delivery order from the Government Procuring Contracting Officer (PCO) before commencement of production.� The Contractor shall fabricate, integrate, test, and deliver LRUs and SRUs in accordance with the quantities on each delivery order. The Contractor shall maintain current test equipment calibration in accordance with the requirements of ANSI/NCSL-Z540.3.� The Contractor shall maintain a minimum capability requirement which will include maintained equipment and qualified personnel. This effort is anticipated to be issued for a 12-month basic, and four (4) 12-month ordering periods. A Firm-Fixed Price pricing arrangement is anticipated. Should an unqualified contractor be awarded the contract, a 36-month qualification period will occur in place of the 12-month basic. This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.101-1 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the DAFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instructions contained in the RFP.� The Government will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP. �It is anticipated that the RFP will be released on or around 9 April 2024 and anticipated award on or around June 2025.� The RFP will be posted to SAM.gov.� All responsible sources may submit a proposal.� Foreign companies are not permitted to participate in the competition. Interested vendors may notify the POCs listed at the end of this synopsis with any questions.� Please note, all questions are requested to be submitted in writing via email for documentation purposes�NO TELEPHONIC QUESTIONS.� Interested vendors are encouraged to register to receive notification for solicitation and all amendments/revisions, and to check SAM.gov prior to submission of their proposal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/579f51a5adc34a1f8e8cb923c26bc5b3/view)
 
Record
SN07099831-F 20240619/240617230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.