Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
MODIFICATION

10 -- 20mm Automatic Gun Feeder & Housing Assembly. This is a two part requirement. Both requirements will be combined into a single RFP. - Amendment 1

Notice Date
5/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8520-10-R-20298
 
Archive Date
12/31/2010
 
Point of Contact
Keierrah P. Beasley,
 
E-Mail Address
keierrah.beasley@robins.af.mil
(keierrah.beasley@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Amendment 0001 Part 1: Manufacture of 20mm Automatic Gun Feeder applicable to the M61A1 20mm Gun for the F-15/F-16 Aircraft. DESCRIPTION: The Air Force anticipates issuing a firm-fixed-price contract with a Basic Year and three (3) One-Year Options for the Automatic Gun Feeder applicable to the F-15/F-16 aircraft. This is a full and open competitive acquisition with an Insurance Policy in accordance with AFMCFARS 5317.7590. In the event an unqualified source is awarded the contract, a Mission Essential Quantity (MEQ) may be issued to a proven source to maintain current demand levels through the new production lead time. The MEQ, if required, will be issued only to General Dynamics Armament and Technical Products Inc., 128 Lakeside Ave, Burlington VT 05401-4939 (cage code 05606). NSN: 1005-00-188-6968 Noun: Automatic Gun Feeder Assembly P/N: 139C6551 Quantity: 5 EA First Articles= 3 EA Out- years Options I-III= 1-32 EA MEQ= 26 EA MEQ Option I = 1-32 EA Function: The handoff unit assembly mounts on the drum unit assembly. It receives power from the drum drive assembly through a splined drive shaft. It is located between the rigid chute assembly and the flexible element and ammunition chute assembly. It contains alignment points for the interface unit assembly and two attaching points for the interface unit locking lever. An electrical cable assembly with an electrical connector and two sensors is incorporated for last round detection. A nose sensor arm and case sensor provide a switch opening signal to the PACS only if a spent case passes. The PACS then delays shutdown until the spent cases almost reach the gun. A closed switch signal is provided when empty conveyor elements or a complete round passes. This allows for human error during loading. The handoff unit assembly consists of sprockets and guides and accomplishes the following: Removes rounds from the exit unit and handoff unit conveyor belt assembly and transfers them to the interface unit. Receives spent cases and/or unfired rounds from the interface unit and transfers them onto the handoff unit and entrance unit conveyor belt assembly for conveying to drum storage. A handoff unit wear plate is mounted to the housing and provides round (case end) guiding throughout the handoff operation. Length: 12.0000 (IN) Width: 7.0000 (IN) Height: 6.0000 (IN) Weight: 8.0000 (LB) Delivery: First Articles are due within 270 calendar days ARO award. Production delivery will be __90_days ARO or after approval of First Article. Then the delivery continues at a rate 4 per every 90 days. Part 2: Manufacture of 20 mm Gun Housing Assemblies applicable to the M61A1 20mm Gun for the F-15/F-16 Aircraft. DESCRIPTION: This is a notice of intent that WR-ALC anticipates issuing a firm-fixed-price contract with a Basic Year and four (4) One-Year Options for the Automatic Gun Feeder Housing applicable to the F-15/F-16 aircraft. This is a full and open competitive acquisition. NSN: 1005-00-275-5748 Noun: Automatic Gun Feeder Housing Assembly P/N: 176F603 Quantity: 2 EA First Articles= 2 EA Out-years Options I-IV= 1-3 EA Function: The handoff unit assembly mounts on the drum unit assembly. It receives power from the drum drive assembly through a splined drive shaft. It is located between the rigid chute assembly and the flexible element and ammunition chute assembly. It contains alignment points for the interface unit assembly and two attaching points for the interface unit locking lever. An electrical cable assembly with an electrical connector and two sensors is incorporated for last round detection. A nose sensor arm and case sensor provide a switch opening signal to the PACS only if a spent case passes. The PACS then delays shutdown until the spent cases almost reach the gun. A closed switch signal is provided when empty conveyor elements or a complete round passes. This allows for human error during loading. The handoff unit assembly consists of sprockets and guides and accomplishes the following: Removes rounds from the exit unit and handoff unit conveyor belt assembly and transfers them to the interface unit. Receives spent cases and/or unfired rounds from the interface unit and transfers them onto the handoff unit and entrance unit conveyor belt assembly for conveying to drum storage. A handoff unit wear plate is mounted to the housing and provides round (case end) guiding throughout the handoff operation. Length: 10.8200 (IN) Width: 4.0610(IN) Height: 2.0610(IN) Weight: 16.0000(LB) Delivery : First Articles are due within 270 calendar days ARO award. Production delivery will be __90_days ARO or after approval of First Article. Then the delivery continues at a rate 4 per every 90 days. FEDERAL FIREARMS LICENSE (FFL): "The Gun Control Act", as amended by The Firearms Owners' Protection Act of 1986 (P.L. 99-308) requires that persons engaged in the business of dealing in, manufacturing, or importing firearms, or manufacturing or importing ammunition, obtain a Federal Firearms License (FFL). The manufacturer will require a FFL for this contract. Obtaining a FFL takes about 6 months to get. Not all applicants are approved for the FFL. Figuring the cost and time of obtaining a FFL in to the per-unit cost would be prudent. The anticipated solicitation issue date will be 19 Feb 2010 with the approximate response date of 22 May 2010. Solicitation will be available for viewing or downloading at www.fedbizopps.gov only. No telephone requests. NO HARD COPIES WILL BE ISSUED. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The technical data required to respond to the RFP may be obtained through a link that will be provided on the RFP posting on Federal Business Opportunities at the time the RFP is posted. The technical data is export controlled; therefore, only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may access the data. To obtain certification, contact: Commander, Defense Logistics Information Services (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800) 352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/JCP. Local Note D that reads as follows: This acquisition will be processed in accordance with AFMC FAR Sup 5352.217-9006 (Mission Essential Quantity) : If a proven source is not the low offeror, the basic quantity may be split into a First Article quantity, for award to the low unproven offeror, and a Minimum Essential Quantity, for award to the proven source, with the balance of the requirement established as options in both contracts. Authority 10 U.S.C. 2304(c)(1), "Supplies (or services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements" may apply. The following applies only to the quantity identified as the mission essential quantity in the solicitation; The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All questions regarding the RFP and/or the data packages must be submitted in writing to Keierrah.Beasley@robins.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to http://www.fedbizopps.gov. However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-10-R-20298/listing.html)
 
Record
SN02159703-W 20100527/100525235248-fe46de0379ee19889fbf0ecc3d751ce5 (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.