Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2002 FBO #0217
SOURCES SOUGHT

14 -- AMRAAM Air Intercept Missile (AIM)-120 Missile Program

Notice Date
6/11/2001
 
Notice Type
Sources Sought
 
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
6/18/2001
 
Point of Contact
Richard Boast, Contract Specialist, Phone (850)882-3416 ext. 3259, Fax (850)882-2533, - Ronald Foskey, Contract Specialist, Phone (850)882-9884 ext. 210, Fax (850)882-8425,
 
E-Mail Address
boast@eglin.af.mil, foskey@eglin.af.mil
 
Small Business Set-Aside
N/A
 
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 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. 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. 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, or Richard Boast, AAC/YAK, 207 West D Ave, Ste 622, Eglin AFB FL 32542-6844. See Note 26***** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 05-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AAC/F08635-02-R-0001/listing.html)
 
Place of Performance
Address: 1151 E. Hermans Road, P. O. Box 11337 Tucson AZ
Zip Code: 85734-1337
Country: United States
 
Record
SN00111735-F 20020707/020706082140 (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.