Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SPECIAL NOTICE

14 -- Sources Sought for AMRAAM Support Contract

Notice Date
2/24/2009
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
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, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9201-09-R-0159
 
Archive Date
3/27/2009
 
Point of Contact
Michelle B. Rosenbaum, Phone: (850) 882-0174, Dana J Alexander,, Phone: 850-882-0185
 
E-Mail Address
michelle.rosenbaum@eglin.af.mil, dana.alexander@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Air Armament Center (AAC) intends to award a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract to Raytheon Missile Systems Co. Inc, 1151 E. Hermans Road, Tucson, AZ 85734. It is anticipated that the award will be made in May 2009 and the ordering period will be for five years. The anticipated maximum dollar amount to be awarded over the entire contract period is $9.0M. This contract is for support and operation of Raytheon Missile Systems Co. Inc., produced Advanced Medium Range Air-to-Air Missile (AMRAAM) (AIM-120) test assets. This includes support for AMRAAM digital modeling and simulation: pre-launch analysis, ground, captive and free flight test activities; and aircraft integration support. The intent is for the contractor to support the Test Wing's capability to provide complete AMRAAM support to its customers. The contractor shall coordinate, schedule and provide technical support for the use of the AMRAAM special test vehicles (STV), special test equipment (STE) and test positions (TP) required to accomplish the necessary tasks. These test assets are government owned and supported/maintained by Raytheon under a separate contract. The tasks will include, but not be limited to, AMRAAM modeling and simulation (the contractor shall support the Test Wing's modeling and simulation efforts by providing and maintaining the Raytheon Missile Systems Co (RMSC) 6-DOF digital model). In addition, the contractor shall maintain the hardware required to conduct HWIL evaluation on AIM-120A, AIM 120B, AIM-120C, and AIM-120D hardware configurations. The contractor shall be responsible for planning, coordinating, scheduling, and shipping the following STV/STE, as required, to support the ground/lab test: Programmable Advanced Systems Interface Simulator (PASIS), AMRAAM Captive Equipment (ACE), Integration Test Vehicles (ITV), Initialization/Alignment Vehicle (IAV), TM Data Collection System, AMRAAM Telemetry Bus/Analyzer (ATAS), and Antenna Test Vehicle (ATV). The contractor shall be responsible for reconfiguring AMRAAM Air Vehicles (AAVs) into AMRAAM Air Vehicles Instrumented (AAVIs), as required to support free flight testing. The contractor shall also be responsible for reconfiguring AAVs into Warhead Compatible Telemetry Instrumented System (WCTIS) configured AAVIs to support live fire warhead testing. Tasking will include: (1) Perform any required pre-mission simulations in support of test planning, (2) Perform ACE pod permission checks, (3) During missions, perform real-time assessment of telemetry data to determine system status/readiness, and 4) Perform permission checkout of all STVs. Ground and captive testing will normally be conducted at Eglin AFB or Holloman AFB/White Sands Missile Range (WSMR). Testing at other locations may be specified by the tasking agency. The contractor shall provide test support to complement the Government's capability to conduct AMRAAM laboratory, ground, and captive testing for the purpose of verifying proper performance of the AMRAAM weapons system, including the missile-to-aircraft interface. The contractor must have a prior and detailed working knowledge of the unique equipment and software involved. This must include knowledge in (1) design and operation of the simulation hardware and STVs, (2) the interface between the STVs and the F 15/F 16 Operational Flight Programs, and (3) the radar threat environments in which the F-15/F-16 operates, The contractor must submit evidence substantiating they possess the detailed knowledge and capabilities indicated above. If the contractor does not have Top Secret clearance with a special background investigation, response to this notice must contain proof the contractor understands the requirements for obtaining this type of clearance and that they can meet the requirements. In addition, the contractor must obtain an interim Top Secret clearance prior to award. Raytheon Missile Systems Co. Inc., is the only known existing source of the technical expertise require to support this requirement. Any offerors responding to this notice must provide evidence of capability to perform the above requirements and state their size standard. NAICS code is 541330. Direct all questions and routine communication concerning this acquisition to Ms. Michelle Rosenbaum, Contract Specialist at, 850-882-0184, e-mail address michelle.rosenbaum@eglin.af.mil or Ms. Dana Alexander, Contracting Officer at, 850-882-0185, e-mail address dana.alexander@eglin.af.mil or fax 850-882-4561. Collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e04102fd2f6fbd8cb95c5474db44986&tab=core&_cview=1)
 
Place of Performance
Address: 205 West D Avenue, Ste 433, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01755793-W 20090226/090224220720-2e04102fd2f6fbd8cb95c5474db44986 (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  © 1994-2020, Loren Data Corp.