Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

14 -- AMRAAM AIM-120 Missile Program, Lots 20-25

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
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
FA8675-06-R-0003
 
Response Due
3/24/2005
 
Archive Date
4/8/2005
 
Description
This notice serves as a presolicitation notice/procurement synopsis for the Advanced Medium Range Air-to-Air Missile (AMRAAM) Air Intercept Missile (AIM)-120 future Lot buys (envisioned for Lots 20-25 (FY06-11)) Production/Sustainment Program, System Improvement Program (SIP), and the Technical Support Program (FY08-FY11). The Air-to-Air Missile Systems Wing (AAMSW), in preparation for its 20th production run of AMRAAM AIM-120 missiles is envisioned to award sole source contract(s) for Production/Sustainment, including SIP, and Technical Support (FY08-FY11) for the AIM-120 variants. SIP includes the design, development, integration, and test improvements for production incorporation into the AIM-120 variants to improve system effectiveness in future combat environments, which must meet the requirements of the AMRAAM Missile Performance Specifications (MPS). Also included in the above program is Total Systems Program Responsibility (TSPR), which 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 is anticipated to incorporate a Long Term Pricing Agreement (LTPA) for any/all supplies and services necessary for the production (Lots) and sustainment (FY) of the AIM-120 missile. The solicitation/award is expected to include a basic period (Lot 20/FY06), and five option periods (Lot 21/FY07, Lot 22/FY08, Lot 23/FY09, Lot 24/FY10, and Lot 25/FY11). Technical Support is planned to be a separate contract series with options (FY08-FY11). Specific production/sustainment requirements, in addition to the underlying TSPR concept, may include, but are not limited to: AIM-120C7 and AIM-120D missiles (USAF/USN/USA/USMC), AIM-120 missile variants authorized for release to Foreign Military Sales (FMS), sustainment (including repair and a Service Life Prediction Program), associated spares and support/support items [i.e., program management/engineering/ logistics/ test support, support equipment, spares, (FMS) offset administration and associated data]. The Technical Support Program includes providing technical support to AMRAAM AIM-120 production in various areas of systems engineering, software, test, aircraft integration, and logistics. Total missile production is expected to be from a minimum of 300 up to a maximum of 900 missiles per year. Deliveries for Lot 20 are anticipated to begin Oct 07 at a rate of approximately 20 missiles per month; deliveries for subsequent lots, at rates of approximately 40 missiles per month, are anticipated as follows: Lot 21- Oct 08, Lot 22 - Oct 09, Lot 23 - Oct 10, Lot 24 - Oct 11, and Lot 25 - Oct 12. Sustainment requirements are anticipated to include a 1-lot repair capability that covers non-warranted missile and support item repair for a 12-month period, starting with an option in FY06 and subsequent options for FY07-FY11. The Technical Support is planned to be a separate contract series with a basic and options for four 12-month periods covering FY08-FY11 requirements. Inasmuch as Raytheon Company, the current producer and sustainment provider of the AIM-120 missiles is in current production, the Government will not be able to provide government property/government special tooling/special test equipment/technical data package 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 20-25 production and sustainment is on or about Apr 05; date of closing response is on or about Jun 05. This acquisition is contemplated sole source under authority of FAR 6.302-1, 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. Should your firm desire subcontracting opportunities, contact Mr. Tom Gillman (Raytheon Co.) at the above address or phone (520) 794-9794. The date for response to this synopsis for the AIM-120 PRODUCTION/ SUSTAINMENT PROGRAM, SIP, and TECHNICAL SUPPORT PROGRAM is fifteen (15) days after the date of this synopsis publication. Note: This synopsis supercedes the synopsis released in December 2004 under Solicitation Number FA8675-05-C-0127, which is no longer valid. Facsimile responses or requests to the Contracting Officer at (850) 882-8050 are authorized if you also call and verify receipt. Communication concerning this acquisition should be directed to Ms Margaret Naylor, Contract Specialist, (850) 883-0161, or Ms Dana Sillars, Contracting Officer at (850) 883-0152, MRMSG/PK, 207 West D Ave, Suite 622, Eglin AFB FL 32542-6844. See Notes 22 and 26*****
 
Place of Performance
Address: 11551 E. Hermans Road, P.O. Box 11337 Tucson AZ
Zip Code: 85734-1337
Country: US
 
Record
SN00766851-W 20050313/050311211851 (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.