Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
SPECIAL NOTICE

14 -- Request for Information Relating to New or Modified Warhead

Notice Date
4/10/2002
 
Notice Type
Special Notice
 
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
WMGK-04-10-02
 
Response Due
5/10/2002
 
Point of Contact
Diane McKain, Contract Specialist, Phone (850)882-9514 x 3109, Fax (850)882-0577, - Statia McNeese, Contracting Officer, Phone (850)882-9514 x 2115, Fax (850)882-0877,
 
E-Mail Address
diane.mckain@eglin.af.mil, statia.mcneese@eglin.af.mil
 
Description
Special Notice. The Projects Division, Precision Strike System Programs Office (WMGD) is issuing a Request For Information (RFI) for new or modified warhead leading to a production of approximately 350 All-Up-Rounds (AUR). They are seeking capable sources with demonstrated past performance to accomplish this effort. This program is scheduled to begin in FY03 with two years to design, develop, and test a new or modified warhead leading to a production of approximately 350 All-Up-Rounds (AUR) beginning in FY05. The objective of this effort is to increase the penetration, survivability, and lethality of the current design to improve the capability in defeating hard targets. Survivability areas to be addressed are: fuze mounting hardware, payload, and case. The resultant warhead will be incorporated into the GBU/EGBU-28 system with minimal impact to operations and logistic support. There will be no changes to the guidance and tail kits other than minor changes to adapters, lanyards, and other miscellaneous hardware required to accommodate potential reshaping of the warhead. Changes to mass properties will be permitted as long as those changes do not require a full flight certification program. The designated launch platforms are the F-15E and B2 aircraft and shall require no modifications to accommodate the resultant system. Responses to this RFI will be used by the government to make appropriate acquisition decisions. The government has developed candidate concepts for improved penetration, survivability, and lethality. These concepts will be made available upon issuance of the Request For Proposal (RFP). Respondents to this RFI are encouraged to submit their ideas for improving system performance in penetration, survivability, lethality, costs associated with each, and the identification of major risks. In order for the government to implement a low risk program, the contractors are encouraged to provide responses to the following specific questions. 1. What are the major technical system level risks associated with the development and acquisition of new penetrator warheads? From a system level could you rank the highest system risks as you see them? 2. What are the major issues to be considered in the tradeoffs between penetration, survivability, and lethality? 3. Are there any new materials or explosive technologies from related or unrelated applications that could be applied to the development of this warhead? If so, what are the risks associated with incorporating these technologies. 4. Given this is a 2 year program, what are the major programmatic risks? 5. What modeling tools do you envision using to support this program? How have these tools been validated? 6. Identify manufacturing risks and significant issues, if any, associated with material availability, procurement leadtimes, capital investment, and environmental constraints. 7. Identify any significant issues that should be considered in the areas of logistics support, employment, deployment, operation, and sustainment. 8. What are the technology challenges in the development of a harder, more survivable warhead case? 9. Can you identify any potential proprietary or patent issues that would increase risk to design/development and or production? THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information (RFI) is for planning purposes only and shall not be considered as a request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. Although "Proposal" and "Offeror" are used in this RFI, your response will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be utilized by the Air Force in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. The information resulting from this RFI may be included in one or more RFPs, which will be released to industry. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Interested firms are requested to provide responses to specific questions identified above and submit information outlining their capabilities and their approach within 30 days of the date of the RFI announcement. Replies to this RFI should be sent to Ms Diane McKain, Contract Specialist, AAC/WMGK, 102 West D Avenue, Suite 300 Bldg 11, Eglin AFB, FL 32542, Phone (850) 882-9514 ext, 3109, email diane.mckain@eglin.af.mil. Additional technical information may be obtained from Mr. Gene Estep, AAC/WMGD, 102 West D Avenue, Suite 300, Bldg 11, Eglin AFB, FL 32542-6807, Phone (850) 882-9514, ext 2132 or Mr. Pablo DeJesus, (same address), Phone (850)882-9514 est. 2199. A follow up Industry Day is tentatively planned for 23 May 2002. If you are interested in attending Industry Day, please provide the following information: company?s name; list of attendees (limit 4 per company) and your desire for a one on one session. All visit requests must include visitors? security clearance levels signed by your appropriate security manager. Clearances already on file will not be considered. Point of Contact Diane McKain, Contract Specialist, Phone (850)882-9514 EXT 3109, Fax (850)882-0877, Email diane.mckain@eglin.af.mil - Statia McNeese, Contracting Officer, Phone (850)882-9514 x 2115, Fax (850)882-0877, Email statia.mcneese@eglin.af.mil An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager previously identified. For any other concerns, interested parties may call the AAC Ombudsman, Dr. Mario J. Caluda at (850) 882-5558, AAC/CD, 101 West D Avenue, Suite 123, Eglin AFB FL 32425-5495.
 
Record
SN00056366-W 20020412/020410213217 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.