SOLICITATION NOTICE
10 -- Joint Direct Attack Munition (JDAM) Maritime Advanced Moving Surface Target Engagement (AMSTE)
- Notice Date
- 8/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- JDAM-AMSTE
- Response Due
- 9/25/2006
- Archive Date
- 10/10/2006
- Description
- The Air Armament Center, 678th Armament Systems Squadron, Joint Direct Attack Munition (JDAM) Systems Program Office, Eglin AFB FL, intends to award a sole source, Cost-Plus-Fixed-Fee contract to the McDonnell Douglas Corporation, a Wholly-Owned Subsidiary of The Boeing Company, to develop an operational JDAM Maritime Advanced Moving Surface Target Engagement (AMSTE) capability. This effort is in response to the warfighters? need for near-term all-weather precision engagement of maneuvering maritime targets. This effort includes the design, development, integration, and test of a weapon datalink radio integrated with standard JDAM GBU-31 guidance kits. A subsequent limited production effort, to be awarded in the January 2008 timeframe through a contract modification or separate contract, will provide required assets to operationally field a JDAM Maritime AMSTE capability. At this time we anticipate approximately 500 units. The Boeing Company is the current JDAM prime contractor, and has sole responsibility for design and warranty of the JDAM weapon system. Boeing is not required to furnish a technical data package to the Systems Program Office, and therefore a data package is not available. The scope of this effort shall include design, development, integration, test, and qualification of an integrated JDAM Maritime AMSTE weapon datalink capability, including procurement of the test and integration hardware/software, weapon datalink components, and logistics planning support and analysis as well as a limited follow-on production effort of ~500 units. This is not a Request for Proposal (RFP) and it is not the Government?s intention to pay for information solicited at this time. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Boeing is the only known company that currently meets the qualifications detailed above. Direct all questions and routine communications concerning this acquisition to Mr. Wesley Treadway, (850) 882-4261 ext 2711. An Ombudsman has been appointed to address concerns relating to 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 will 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 points of contact listed below. For any other concerns, interested parties may call the AAC Ombudsman, Colonel Joseph A. Lanni at (850) 882-0662, AAC/CV, 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495. See Numbered Notes 22, 25, and 26.
- Place of Performance
- Address: ST. LOUIS, MISSOURI
- Zip Code: 63166-0516
- Country: UNITED STATES
- Zip Code: 63166-0516
- Record
- SN01110216-W 20060811/060809220910 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |