Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221

Directorate 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