Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 14, 2001 PSA #2872
SOLICITATIONS

14 -- 14 -- AMRAAM AIR INTERCEPT MISSILE (AIM)-120 MISSILE = PROGRAM

Notice Date
June 12, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC -- = Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, = FL, 32542-6864
ZIP Code
32542-6864
Solicitation Number
F08635-02-C-0001
Response Due
July 23, 2001
Point of Contact
Richard Boast, Contract Specialist, Phone (850)882-9103 EXT = 566, Fax (850)882-8050, Email boast@eglin.af.mil
Description
This notice serves as a presolicitation notice/procurement = synopsis for the AMRAAM AIM-120 Lots 16-21 (FY02-07) = production/sustainment program.=20 A. AMRAAM Joint Systems Program Office, in preparation for its 16th = production run of AIM-120 missiles, shall select one firm for Total = System Performance Responsibility (TSPR) of the AIM-120 System which = must meet the requirements of the AMRAAM Missile Performance = Specifications (MPS). 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. Any solicitation/award would incorporate a Long Term = Pricing Agreement (LTPA) for any/all supplies and services necessary = for the production/sustainment of the AIM-120 missile. The = solicitation/award will include a basic period (Lot 16/FY02), and five = options periods (Lot 17/FY03, Lot 18/FY04, Lot 19/FY05, Lot 20/FY06 and = Lot 21/FY07). Specific production/sustainment requirements, in = addition to the underlying TSPR concept, may include, but are not = limited to: AIM-120C-6 and AIM-120C-7 missiles (USAF/USN), AIM-120C-5 = missiles [Foreign Military Sales (FMS)], sustainment (including repair = and a Service Life Prediction Program) and associated spares and = support/support items (i.e. program = management/engineering/logistics/test support, support equipment, = spares, (FMS) offset administration) and associated data. Total missile = production is expected to be from a minimum of 200 up to a maximum of = 1200 missiles per year. Deliveries: Lot 16/FY02 begins Oct 03 at a = rate of approximately 110 missiles per month; Lots 17/FY03, 18/FY04, = 19/FY05, 20/FY06, and 21/FY07 at rates of approximately 92 per month. = Sustainment requirements are anticipated to include a 1 lot repair = capability that covers warranted missile and support item repair for = each 12 month period. Inasmuch as Raytheon Company, the current = producer and sustainment provider of the AIM-120 missiles is in current = production, the JSPO will not be able to provide government = property/government special tooling/special test equipment to any = prospective new source. Therefore the fulfillment of the = supplies/services listed above requires substantial initial investment = and an extended period of preparation for manufacture. Anticipated = date of the letter of solicitation for (Lots 16 -- 21) production and = sustainment is on or about 01 Aug 01; date of closing response is on or = about 15 Sep 01. 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, 1151 E Hermans Rd. P.O. Box 11337, = Tucson, AZ 85734-1337. The AMRAAM program has been identified as one = of three Air Force Price Based Acquisitions (PBA) Pilot Programs. One = PBA initiative undertaken by the Procuring Contracting Officer is a = request for a waiver of the requirement to obtain (certified) cost or = pricing data from Raytheon Company and its subcontractors for the = production and sustainment of the AMRAAM AIM-120 missiles. Should your firm desire subcontracting opportunities, contact Mr. Tom = Gillman (Raytheon Co.) at the above address or phone (520) 794-9794. B. 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; = any interested/prospective offeror must be able to meet the = award/delivery dates (as appropriate) in order to guarantee no slip in = production. Only contractors who are registered and certified with the = Defense Logistics Services Center (DLSC) shall be provided copies of = the solicitation or other data subject to foreign disclosure = restrictions. Contact the Defense Logistics Services Center, 74 = Washington Avenue N., Battle Creek, Michigan 40917-3084, = (1-800-353-3572) for further information on the certification process. = You must submit a copy of your approved DD Form 2345, Military Critical = Technical Data Agreement, with your request for the solicitation. THE = DATE FOR RESPONSE TO THIS PRESOLICTATION NOTICE/ PROCUREMENT SYNOPSIS = FOR THE AIM 120 PRODUCTION/SUSTAINMENT PROGRAM for FY02-07 IS 23 JULY = 01. The Ombudsman for this action is Dr. Mario J. Caluda, AAC/CD, = Phone (850) 882-5558, 101 West D Avenue, Suite 123, Eglin AFB, FL = 32425-5495. Facsimile responses or request to the Contracting Officer = at (850) 882-8050 are authorized. Respondents will not be notified of = the results of the evaluation information provided. After statements = of capability have been screened, those firms who, in the sole judgment = of the purchasing activity, have the potential of fully fulfilling the = requirement(s), will be added to the source list for receipt of a = solicitation. Communication concerning this acquisition should be = directed to Ronald D. Foskey Contracting Officer, or Richard Boast, = AAC/YAK, 207 West D Ave, Ste 622, Eglin AFB FL 32542-6844. See Notes = 22, 25, and 26*****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AAC/F08635-02-C-0001/listing.html)
Record
Loren Data Corp. 20010614/14SOL001.HTM (D-163 SN50O7B2)

14 - Guided Missiles Index  |  Issue Index |
Created on June 12, 2001 by Loren Data Corp. -- info@ld.com