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-R-0001
Response Due
June 18, 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 sources sought synopsis for the AMRAAM = AIM-120 Lots 16-21 (FY02-07) production/sustainment program and = software upgrade (SWUP) development. The information in Block 10 is = provided for identification and tracking of responses to this synopsis = only. A. The Advanced Medium Range Air-to-Air Missile (AMRAAM) Joint Systems = Program Office, in preparation for its 16th production run of Air = Intercept Missile (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 = option 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-120C6 and AIM-120C7 missiles (USAF/USN), AIM-120C-5 = missiles [Foreign Military Sales (FMS)], sustainment (including repair = and a Service Life Prediction Program), associated spares, = support/support items (i.e., program = management/engineering/logistics/test support, support equipment, = spares, (FMS) offset administration) and associated data maintenance). = 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 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 Acquisition (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. In addition, one firm shall be selected to enter into a Software = Upgrade Program (SWUP) for the AIM-120C-7. This notice serves as the = sources sought synopsis for the SWUP. Firms interested in the SWUP = portion of this synopsis must have the capability to design develop, = integrate, and test improvements for production incorporation into the = AIM-120C7 to maintain system effectiveness in future combat = environments. Candidate improvement areas include electronic = protection, guidance, seeker, processor, propulsion, and other = associated missile subsystems. SWUP development is anticipated to = occur in early FY03 and continue for a period commensurate with design = complexity (approximately 36 months). Subject to funds availability, a = potential solicitation date is estimated to be released in=20 mid-FY02. P3I Phase 1 and 2 were awarded to the former Hughes Missile = Systems Co., with the former Raytheon Missile Systems Co as a major = subcontractor. The two companies have since merged to form Raytheon = Company. The P3I Phase 3 development contract was awarded to Raytheon = Company. Respondents to the SWUP 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 = SWUP 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, e) availability/adequacy of special facilities required to = perform in the technical areas under consideration, f) documentation of = industry security clearance, and g) any other specific information as = it pertains to this particular area of procurement that would enhance = our consideration and evaluation of the information submitted.=20 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. The = SWUP development acquisition may contain data that are subject to = export control laws and regulations. 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 SOURCES SYNOPSIS FOR = THE AIM 120 PRODUCTION/SUSTAINMENT PROGRAM, IS 18 JUN 01. A SEPARATE = PRESOLICITATION NOTICE WILL BE ISSUED FOR THE SWUP DEVELOPMENT = ACQUISITION IN APPROXIMATELY MID-FY02. Please indicate whether your = response to the Sources Sought Synopsis includes/does not include/or is = restricted only to SWUP.=20 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 requests 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, (850) 882-9103, Ext. = 648 or Richard Boast, Contract Specialist, (850) 882-9103, Ext. 566; = AAC/YAK, 207 West D Ave, Ste 622, Eglin AFB FL 32542-6844. See Note = 26*****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AAC/F08635-02-R-0001/listing.html)
Record
Loren Data Corp. 20010614/14SOL002.HTM (D-163 SN50O7B4)

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