|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 J -- MAVERICK AGM/TGM 65 A/B/D/F/G SOL F42630-99-R-AAAAC POC For copy,
Lori Kashanipour/Likm/[801]777-4161, For additional information contact
Lori Kashanipour/Likm/[801]777-4161 The following information is
provided to do a Market Survey of Industry to determine potential
contractors, in addition to Raytheon Missile Systems Company (RMSC),
who have the knowledge and skills required to successfully complete
this effort. This contracting effort comprises two areas: (1)
Supplemental Depot Level Maintenance to test and repair Maverick
AGM/TGM-65 A/B/D/F/G Guidance and Control Sections (GCSs), AND (2)
Depot Level Inspection, Repair, and Assembly of All-Up Rounds (AURs)
(complete missiles) at Government owned facility on Hill AFB. The
AGM/TGM-65 A/B/D/F/G is an infrared guided, rocket-propelled
air-to-ground missile developed for use against small targets such as
tanks, armored vehicles, and Surface-to-Air Missile (SAM) sites. The
Government is in the process of preparing a Justification and Authority
(J&A) to proceed with a sole-source acquisition to RMSC. The AGM/TGM-65
A/B/D/F/G Supplemental Depot-Level maintenance and repair acquisition
includes: providing test and repair ofthe GCS in two phases including
the diagnostic teardown and the repair of the GCS. The AGM/TGM-65
A/B/D/F/G missile GCSs will be provided by the Government to the
contractor. The contract will be structured with 0 minimum quantity,
funded at a level-of-effort to keep the repair capability in-place
during a month where the Government has none to repair. Additionally,
the successful system contractor must have the following in-plant
capabilities in order to perform the proposed effort: a. GCS purge,
fill, and leak test; b. Circuit card functional test capability; c. GCS
functional test capability; d. Sensor assembly test e. Seeker head
static balance; f. Weight and center-of-gravity of measurement, g.
Explosive hazard handling and storage facilities for 1.4S material, and
h. Hazard handling and storage facilities for 2.2 material. The
AGM/TGM-65A/B/D/E/F/G/H/K AUR Inspection, Repair, and Assembly effort
includes: (1) Performing periodic inspection of Navy (E/F) missiles --
where missile fails, it is repaired, and where it passes, the test
completion is documented and the missile returned to the Navy --
additionally under the inspection task, the contractor must be able to
support safety/mishap investigations on failed missiles. The
Government will provide the missiles for inspection at a rate of at
least 100 per year, and all necessary test equipment will be provided
as GFP. (2) Performing repair of A/B/D/E/F/G AURs including fault
isolation to Center-Aft Section (CAS) or GCS, repair of failed CASs
(including refurbishment, replacement of battery/rocket motor/etc.),
and acceptance testing of repaired AUR. The Government will provide
missiles for repair at a rate of at least 100 per year, and all
necessary test equipment will be provided as GFP. (3) Assembling new
D/G/H/K AURs from subcomponents. The Government will provide all needed
test equipment as GFP. The assembly rate is TBD, depending on future
missile production contracts. For the AUR effort, the Government is
investigating the lease of Hill AFB Building 2026 for the contractor's
use. The building is certified for Maverick missile work. RMSC is
currently the only known qualified source that possesses the ability
and experience required to complete this effort. Therefore, the
Government intends to solicit and negotiate with only one source under
the authority of FAR 6.302-1. Potential offerors may identify their
interest and capability to respond to the requirement. Potential
offerors should submit their interest within 10 days after publication
of this notice to OO-ALC/LIKM, Bldg 1215, 6050 Gum Lane, Hill AFB, UT,
84056-5816, Attn: Ms. Lori Kashanipour. Information received will
normally be considered solely for the purpose of determining whether to
conduct a competitive procurement. It is suggested that small business
firms or others interested in subcontracting opportunities in
connection with the described procurement, make contact with RMSC.
Requests for further information regarding this announcement should be
directed to the Contracting Officer. Notelephone or Fax requests. Only
written requests received directly from the requester are acceptable.
Posted 11/10/98 (I-SN270066). (0314) Loren Data Corp. http://www.ld.com (SYN# 0068 19981113\J-0020.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|