Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1997 PSA#1974

ASC/YAK, Amraam JSPO Contracting Division, 207 West D. Ave, Suite 622, Eglin AFB FL 32542-6844

14 -- AMRAAM AIM-120 MISSILE PROGRAM SOL F08626-98-C-0018 DUE 013098 POC Ronald Foskey, Contract Specialist (850) 882-3954, Ext 566; Glenda Floyd, PCO (850) 882-3954, Ext 648 This notice serves as a sources sought synopsis for the AIM-120 program, including Preplanned Product Improvement (P3I) development as well as a solicitation (procurement) synopsis for Lot 12/FY98 through Lot 15/FY 01. A. The Advanced Medium Range Air-to-Air Missile (AMRAAM) Joint Systems Program Office, in preparation of its 12th production run of the AIM-120 missiles, shall select one firm for Total System Program Responsibility (TSPR) of the AIM-120 System which must meet the requirements of the AMRAAM Missile Performance Specifications (MPSs). TSPR is defined as the contractor's acceptance of responsibility to do what is necessary and sufficient to deliver, warrant, and support missiles that are affordable, combat capable, and readily available. Such a solicitation/award would incorporate a Long Term Pricing Agreement (LTPA) for any/all supplies and services necessary for production of the AIM-120 missile and will include a basic period (Lot 12/FY98), and three annual options (Lot 13/FY99, Lot 14/FY00, and Lot 15/FY01). Specific requirements of these production contracts, in addition to the underlying TSPR concept, may include, but are not limited to: AIM-120C, Block 5 missiles (USAF/USN), AIM-120B missiles (FMS) and sustainment efforts for fielded missiles (i.e. repair, program management/engineering/logistics/test support, support equipment, spares, and technical data package maintenance). Total missile production is expected to be around 1100 missiles per year, including an unspecified number of Direct Commercial Sales not awarded under a US government contract resulting from this or any other synopsis. Deliveries: Lot 12/FY98 begins Oct 99 at a rate of approximately 110 missiles per month; Lots 13/FY99, 14/FY00, and 15/FY01 at rates of appoximately 92 per month. Inasmuch as the co-producers of AIM-120 missiles are in current production, the JSPO will not be able to provide government property/government equipment/special tooling/special test equipment to any prospective new source. Therefore, production of the supplies listed above requires substantial initial investment and an extended period of preparation for manufacture. A complete technical data package is unavailable at this time as development will be concurrent with the production of Lots 12 and 13. It will not be available prior to any resultant solicitation/award. Date of solicitation (Lots 12 -- 15) is on or about 15 Dec 97; date of closing/response is on or about 30 Jan 98. This acquisition is contemplated sole source under authority of FAR 6.203-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements (10 USC 2304(c)(1)) to Raytheon Company, 350 Lowell Street, West Andover, MA, 01810-4420, Hughes Missile Systems Company (HMSC), P.O. Box 11337, Tucson, AZ 85734-1337, or other such company designation as may result from a proposed Raytheon/Hughes merger. Should your firm desire subcontracting opportunities, contact Mr. Stephen W. Murphy (Raytheon Co.) at the above address (tel. (781)274-2157), and Mr. Tom Walsh (Hughes Missile Systems Co.) at the above address (520) 794-7846. B. In addition, one firm shall be selected to enter into the next phase of the P3I development effort for the AMRAAM system (Phase III). This notice serves as the sources sought synopsis for the P3I development; procurement synopsis will be issued separately. Firms interested in the P3I portion of this synopsis must have the capability to design, develop, integrate, and test improvements for production incorporation into AMRAAM to maintain system effectiveness in future combat environments. Candidate improvement areas include electronic protection, guidance, seeker, processor, propulsion, and other associated missile subsystems. Development is anticipated to begin in FY 99 and continue for a period commensurate with design complexity. P3I Phases I and II were awarded to Hughes Missile Systems Co. with Raytheon Co as a major subcontractor. Respondents to the P3I development portion of this notice must address such factors as: a) Professional and engineering resources with sufficient knowledge of the technology and specific weapon system characteristics to design, develop, integrate, test, and provide production ready improvements to the AMRAAM system in the absence of a data package, b) ability to identify and analyze potential impacts to the AMRAAM system, subsystems and platform interfaces resulting from P3I improvements, c) ability to apply current or emerging air-to-air missile system, subsystems, and component technologies to the AMRAAM system to meet operational requirements, d) relevant experience with munitions and guided missile programs and performance as a systems contractor. Any offerors and their product(s) must meet qualification requirements in order to be eligible for award. These acquisitions require the type knowledge that could only be gained by years of experience in applying skills to the specific AMRAAM missile design; in addition, any interested/prospective offeror must be able to meet the award/delivery dates (as appropriate) in order to guarantee no slip in production. Under 22 USC 2751 and 50 USC, Appendix 2401, it is unlawful to export items containing export controlled data. Only qualified U.S. contractors who have registered with, and are certified by the Defense Logistic Service Center, Battle Creek MI, 49016-3412, tel. 1-800-352-3572, are eligible to receive a solicitation; the P3I development solicitation may contain such restrictive/export controlled data. THE DATE FOR RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS FOR THE AIM 120 PROGRAM IS 24 NOV 97. Please indicate whether your response includes, or is restricted only to P3I development. The Ombudsman for this action is Colonel Timothy R. Kinney, ASC/SK, 205 West D Avenue, Suite 318, Eglin AFB FL 32542-6865 at (850) 882-9051. Facsimile responses or requests to the Contracting Officer at (850) 882-8050 are authorized. Respondents to the Sources Sought portion of this notice will not be notified of the results of the evaluation of information provided. After statements of capability have been screened, those firms who, in the sole judgement of the purchasing activity, have the potential of successfully fulfilling the requirement(s), will be added to the source list for receipt of a solicitation. Communication concerning this acquisition should be directed to Glenda Floyd, Contracting Officer, or Ronald Foskey, ASC/YAK, 207 West D Ave, Ste 622, Eglin AFB FL 32542-6844. See Notes 22, 25, and 26***** (0318)

Loren Data Corp. http://www.ld.com (SYN# 0140 19971118\14-0002.SOL)


14 - Guided Missiles Index Page