Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

14 -- JASSM Request for Information for Alternative Solutions

Notice Date
9/17/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
JASSMRFI
 
Response Due
11/14/2007
 
Archive Date
11/29/2007
 
Description
Request for Information (RFI) 1. The Air Armament Center's 687th Armament Systems Squadron (687 ARSS), located at Eglin AFB, Florida, in coordination with Naval Air System Command's PMA-201, is requesting information from industry on alternatives to the Joint Air-to-Surface Standoff Missile (JASSM), a conventionally armed, low observable cruise missile designed to destroy the enemy's high-value targets from aircraft located outside area defenses. THIS IS A REQUEST FOR INFORMATION ONLY. This is not a request for proposals. Industry responses to this RFI will be used for planning purposes. The Government will not pay respondents for information provided in response to this RFI and costs of responding to this RFI are not an allowable direct charge under any government contract. The Government does not anticipate Lockheed Martin, the provider of JASSM, responding to this RFI. 2. The Government is interested in alternatives to procuring 4000 JASSMs. Alternative solutions may consist of a single missile, multiple missiles or any other combination of missile and non-missile solutions that allow warfighters to attack targets described in Attachment 1. It is acceptable to develop alternative solutions that include near and long-term components. It is also acceptable that near-term components fall short of achieving the full set of capabilities described in Attachment 1 as long as there are provisions for achieving the full set of capabilities in the long term. The Government is particularly interested in how industry plans to demonstrate their ability to meet or exceed reliability, survivability and lethality performance attributes described in Attachment 1. More detailed information on targets and threats will be provided at Industry Day. 3. Please submit alternative solutions in the form of a white paper that is no more than 25 single-sided pages with text no less than 12-point font and a minimum of one-inch margins in Microsoft Word, Adobe PDF or compatible format. The white papers should be formatted as follows: Section A: Title, Name of Company and Background, Brief History highlighting past relevant experience (3-5 years) on similar systems; Section B: Company's Approach/Solution; Section C: System Description focusing on key attributes, technical maturity and timeframe/schedule; Section D: Average Unit Procurement Cost (AUPC) rough order of magnitude based on a 4000 weapon system procurement. If the alternative solution contains near and long-term components, base AUPC estimates on 1000 near-term and 3000 long-term weapon systems. In addition to the 25-page white paper, respondents may provide up to five graphical charts that further explain their concepts along with a single-sided operational view that provides a high-level graphical and textual description of the operational concept. All respondents should provide their CAGE code and indicate if they are a US company, large business, small business, small disadvantaged business or women-owned small business as described by NAICS code 336414. Those desiring to do business with the Air Force must be registered in the Central Contractor Registration System (http://www.ccr.gov). Responses must be received by 4PM CST 14 Nov 07. 4. Respondents are advised that technical and cost/price data submitted in response to this RFI may be released to non-government advisors for review and analysis. Non-Government advisor support will be provided by COLSA Corporation, Jacobs Engineering Group, Inc., Bogdon Associates, Inc. and Modern Technology Solutions, Inc. Should there be an objection to this disclosure of white paper information, please notify the POCs identified in paragraph 6 immediately in writing with the basis of the objection. If respondents do not contact the POCs, they consent to the release of technical and cost/price data to the non-Government advisors listed previously. 5. If respondents wish to restrict distribution of its white paper, it must be marked appropriately. All unclassified and classified responses should be marked accordingly and reviewed to ensure consideration of operational sensitivities prior to submission. Classified responses should be coordinated with Mr. Al Harris at (850) 883-0423. 6. Government responses to questions that are broadly applicable to all will be posted on the FedBizOpps website. Please email all questions, requests for additional information and correspondence for this RFI to Major Scott Foreman (scott.foreman@us.af.mil), (850) 882-0314 and Captain Ephane DuBose (ephane.dubose@us.af.mil), (850) 882-0481. 7. An Industry Day will be hosted on 2-3 Oct at Eglin AFB, Florida. Companies are limited to five participants. There will be an unclassified and a classified session held during the morning of 2 Oct 07, followed by one-on-ones sessions in the afternoon and during the following morning. The unclassified session will be hosted in Building 439 (9th SOS) for all participants. The classified session will be hosted in Building 349, room 125 for companies that send collateral visit certifications ahead of time. One-on-one sessions will be classified and hosted for system integrators only. Please indicate the desire for a one-on-one session prior to the event. Please fax collateral visit certifications and Visitor Installation Entry Information (Attachment 2) to Mr. Al Harris at (850) 883-0567 NLT 25 Sep 07. An installation map is provided in Attachment 3. 3. Attachments: 1. Warfighter Cruise Missile Attributes 2. Visitor Installation Entry Information 3. Installation Map
 
Place of Performance
Address: Contractors Facility
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01409374-W 20070919/070917220729 (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.