Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2006 FBO #1784
SOLICITATION NOTICE

10 -- Determining Munitions Options for Quick Installation on an Arbitrary Platform

Notice Date
10/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
332993 — Ammunition (except Small Arms) 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
Reference-Number-DMOQIAP2007
 
Response Due
11/18/2006
 
Archive Date
12/3/2006
 
Description
This is a Request for Information (RFI) concerning potential weapons capabilities for deployment from specified aircraft with little or no modification to the delivery platform. Responses to this RFI will be used by the Government to perform studies and analyses to determine the optimal solution. This RFI is limited to soliciting information from domestic contracting companies only. The Government does not intend to pay for any information solicited through this RFI and may or may not award a contract based on information contained therein. This RFI is intended to solicit information on immediate solutions. Short-term and long-term solutions will be considered as possible spiral acquisition efforts. All responses should indicate the appropriate timeframe for the solution provided. Immediate solutions require less than 12 months from contract award to initial operational capability (IOC). Short-term solutions require less than 24 months from contract award to IOC. Long-term solutions require more than 24 months from contract award to IOC. Potential solutions must satisfy the criteria below to be considered. However, the list is not all-inclusive, as the government seeks industry input for best practices/standards. Weapon technologies used should be low-risk. Short, realistic schedules are required. Higher-risk, more complex capabilities (e.g., Targets under Trees (TUT), shallow caves, and tunnel entrances) may be added as spiral acquisition efforts. The weapon should have a high Pk against the following targets: personnel, soft vehicles, (SUVs, and their personnel), non-reinforced structures (e.g., wood, brick, and mud huts; residential construction; communication towers), and small boats. Spiral efforts to obtain a high Pk against shallow caves, tunnels, and TUT are also of interest. The weapon system should be a self-contained, "roll-on, bolt-on" (e.g., no laser designation of target; no power or data from aircraft), highly accurate guided munition to sustain at least a four hour mission. "Roll-on, bolt-on" capability with little or no aircraft modification is required. Weapon should be flexible enough for maximum (multiple) platform compatibility with various lug spacings or launching/delivery systems. Weapon should have simple build-up and loading procedures. If any special equipment is required for assembly or loading, it should be identified and provided. Weight class between 100 and 500-lbs is desired. Weapon systems of different weight classes may be addressed as spiral acquisition efforts. Temporary mountings for GPS antennae or batteries are acceptable, provided they make no permanent change to the aircraft (e.g., taping GPS antenna to window, or incorporating battery power into a pylon mounting). Minimal pilot/aircrew interface indicating in-LAR/out-of-LAR is desired; however, simply flying to a pre-designated area is acceptable. The interface should not require permanent changes to the aircraft (e.g., no rewiring of power to hard points). A BIT-check is desired, but is not a threshold requirement. Pilot/aircrew interface will release weapon with minimal operator input (e.g., pull a trigger, push a button). Targeting data will be loaded before mission departs and derived from GPS (WGS 84) coordinates. In-flight targeting is not required. Once the target coordinates are loaded from a ground station, the pilot will have no additional input to the weapon until the aircraft is within the LAR. The "In-LAR" signal will be given by a "green light", and the pilot or aircrew will release the weapon. Weapon mission reliability for a successful release and engagement should be 90%. Successful release is defined as "the weapon safely separating from the aircraft with an armed fuze, and working guidance system". Successful engagement is defined as "the weapon navigating to the target area and detonating". Weapon equipment and containers should be strengthened and reinforced for harsh outdoor conditions. Respondents to this RFI are encouraged to provide relevant examples of previous and on-going contractual efforts with the Government that support the desired capabilities described. Respondents are encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it accordingly. The Government reserves the right to ask respondents to provide additional information or details based on initial submissions. The Government would like to be appraised if any of the above requirements are viewed as cost and/or schedule drivers. GOVERNMENT INFORMATION AAC/XR uses service contractors in fulfilling its mission requirements, including the review of the capabilities solicited in this RFI. Service contracts contain an organizational conflict of interest clause that requires the service contractors to protect the data, and prohibits the service contactors from using the data for any other purpose than for which it was presented. This synopsis is for information and planning purposes only. It does not constitute a formal Request for Proposal (RFP), and should not be construed as a commitment by the Government. All information contained in this RFI is preliminary, and subject to modification; it is in no way binding to the Government. RESPONSES An annex containing relevant classified information applicable to this RFI will be provided on an individual basis to interested companies that furnish the following: CAGE code along with a secret facility clearance verification, to the Government and applicable to this RFI. Please submit this information within five (5) days of the release of this RFI. Responses should include only the top three candidates that can meet the requirements and guidelines previously described. Responses should be single-spaced, 12-point font, with numbered pages, and should not exceed 25 pages in length, including cover page, appendices, tables, and figures. The date reponses are due is November 18, 2006 (except for the information required within 5 days of the release of this RFI as stated above). Electronic submissions should use the following subject heading: Determining Munitions Options for Quick Installation on an Arbitrary Platform. Additionally, these submissions must be properly marked, and sent to the following classified email address: nadine.lynn@eglin.af.smil.mil and stanley.ness@eglin.af.smil.mil. Unclassified submissions may be sent to the following addresses: Nadine.lynn@eglin.af.mil and Stanley.ness@eglin.af.mil. Paper responses should be properly marked, and hand-carried or mailed to the following address: AAC/XR Attention: Nadine C. Lynn, Capt, USAF and Stanley Ness, Maj, USAF 207 West D. Ave, Bldg. 349, Suite 308 Eglin AFB, FL 32542 A Firm Fixed Price contract is contemplated. The anticipated period of performance is dependent upon the solution provided in accordance with the timeframes specified above. The proposed product/service code is 332993. The size standard is 1500 employees. Firms responding to this announcement should indicate their size in accordance with this standard. Ensure that the company name, address, a point of contact with e-mail address and telephone number, Federal CAGE Code, Data Universal Numbering System (DUNS) number, and business size are included in the capability package. An Ombudsman has been appointed to address 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 appropriate Government personnel. When required, 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 POCs listed below. For any other concerns, interested parties may call the AAC Ombudsman, Col Joseph A. Lanni, at (850) 882-0662. See numbered note 13. POINTS OF CONTACT For technical questions, please contact Captain Nadine Lynn at Nadine.lynn@eglin.af.mil or (850) 883-1602; or Major Stanley Ness at Stanley.ness@eglin.af.mil or (850) 883-4921. For contracting questions, please contact Ms. Karen Turner at Karen.Turner@eglin.af.mil or (850) 882-0166 or Mr. Daniel Burk at Daniel.burk@eglin.af.mil or (850) 882-0184.
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542-6864
Country: UNITED STATES
 
Record
SN01165152-W 20061015/061013220347 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.