Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

10 -- JPF competitive follow-on Lots 8-14

Notice Date
11/9/2010
 
Notice Type
Presolicitation
 
NAICS
332995 — Other Ordnance and Accessories 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, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8681-11-R-0089
 
Point of Contact
Leanne T Green, Phone: (850)883-0902, Danielle M. Steinke, Phone: (850) 883-3541
 
E-Mail Address
leanne.green@eglin.af.mil, danielle.steinke@eglin.af.mil
(leanne.green@eglin.af.mil, danielle.steinke@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
**FA8681-11-R-0089 IS THE NEW SOLICITATION FOR JPF COMPETITIVE FOLLOW-ON LOTS 8-14. IT REPLACES SOLICITATION FA8681-11-R-0037, WHICH HAS BEEN DELETED.** The purpose of this posting is to publish a pre-solicitation notice and the Draft Request For Proposal (RFP) in order to provide interested parties with additional information regarding this procurement. The Draft RFP will be released incrementally as this document becomes available. Potential Offerors are encouraged to review FedBizOpps for updates. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. All responsible businesses, including small businesses, are encouraged to respond to this notice and provide feedback. Any forthcoming formal RFP will be posted to FedBizOpps without an additional pre-solicitation notice. This synopsis should not be construed as a commitment by the Government for any purpose. The AAC/ EBDZ/ EBDK, Joint Programmable Fuze (JPF) Program, will be conducting a competitive source selection in FY11 for the JPF Follow-on Production program. The current JPF system includes the fuze, cable, fuze bomb initiator and a retaining ring. The contract will include seven (7) JPF Follow-on Production lots (Lots 8-14) for U.S. Government and FMS, technical support, non-warranty repairs, trainers, spares, instrumented fuzes, and sled test support. The Air Force acquisition strategy for the follow-on production contract is to begin deliveries no later than 24 months after contract award. The JPF is a multifunction, multi-delay tail fuze system with hardened target capability for use in general purpose and penetrating unitary warheads. The JPF operates with a wide variety of guidance kits, high and low drag fins, and with all configurations of the DSU-33 proximity sensor (which provides an airburst capability). When used with the Joint Direct Attack Munition (JDAM), the JPF operating mode and other settings may be selected in flight from the cockpit through a serial TIA-422 interface between the weapon and fuze. The objective of the JPF Follow-on Production program is to procure a JPF that, as a minimum, meets all the requirements of the Systems Requirements Document and is fully integrated and qualified for employment. Potential Offerors would be required to provide a fully qualified JPF that has documentation verifying that each requirement of the SRD has been met including compatibility with the MK-80 series (MK-82, MK-83, MK-84, including the BLU-110, BLU-111, BLU-121, and BLU-126) and penetrator warheads (BLU-109, BLU-113, BLU-122). The proposed fuze system must also be compatible for use in all JDAM variants, GBU 10/12/15/16/24/27/28 weapon systems, as well as the basic "dumb" bomb configurations and the AGM-130. In addition to weapons compatibility, the JPF must be qualified and certified on the following aircraft: B-1B, B-2A, B-52H, F-15E, F-16C/D, F-22, A-10, and MQ-9A. The Government funding profile for this acquisition is production funding, with no development funds available. This procurement does not include any technology development. The Offeror must propose a Systems Performance Specification that meets or exceeds the requirements of the Systems Requirements Document. At a minimum, the Offeror must have the capability to produce at a rate of 1,800 systems per month for the duration of the contract period, although actual Lot quantities are likely to be less. The offeror must also provide shipping to CONUS locations and also provide adequate production, test, logistics support, shipping and containers. All JPF components will be subject to lot acceptance testing. We anticipate this procurement will be limited to Qualified U.S. Contractors. Prime contractors would then be allowed to request export license for participation of foreign companies as subcontractors. This program contains classified elements and export control data that will not be released on FedBizOpps. Potential prime contractor sources are requested to provide a statement of intent to submit a proposal as a prime contractor in response to the Formal RFP. The JPF Program Office has a technical data package that will be provided (for informational purposes only) electronically upon request from potential prime contractors that meet the conditions to be considered a "Qualified U.S. Contractor" IAW DoD Directive 5230.25. Potential prime contractors expressing their written intent to submit a proposal for this effort will also be given the opportunity to have a one-on-one session with the program office at the upcoming Industry Day event currently scheduled for 16 November 2010. One-on-one sessions will be continued on 17 November 2010 in the event that this additional date is necessary. One-on-one sessions will be scheduled on a first- come, first-served basis upon request to the Contracting Officer. Requests must be received NLT 10 November 2010 to be considered for a one-on-one session. This synopsis is for information and planning purposes only. In response to the Draft RFP issued, the AAC/EBDK/EBDZ program will accept comments submitted to the Contracting Officer, Leanne T. Green, at Leanne.green@eglin.af.mil. The subject line should clearly read: "Response to Draft RFP FA8681-11-R-0089." Potential Offerors should submit all comments as a single request no later than 29 November 2010. The Program Office intends to provide responses to non-proprietary questions/comments via FedBizOpps. Any proprietary questions/comments should be clearly marked. This Draft RFP does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future, and thus does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Draft RFP. All costs associated with responding to this Draft RFP will be solely at the interested party's expense. Not responding to this Draft RFP does not preclude participation in any future RFP. If a solicitation is released, it will be posted on the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov. It is the responsibility of the Draft RFP respondent to monitor this site for additional information pertaining to this requirement. An Ombudsman has been appointed to address concerns of Offerors or potential Offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, 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 routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The primary Ombudsman is Col David A. Harris, AAC/CV and the alternate Ombudsman is Col Edward J. McAllister III, AAC/CS both located at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495, phone number (850) 882-5422, DSN 872-5422. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Potential prime contractors should submit their statement of intent to submit a proposal as a Prime to the address below. Firms responding to this announcement should indicate their business size in accordance with the size standard for NAICS code 332995; ensure that the company name, address, a point of contact with e-mail address and telephone number, Federal CAGE Code, and Data Universal Numbering System (DUNS) number in the capability package. No Collect Calls will be accepted. Responses should be sent to AAC/EBDK, (Leanne T. Green), 205 West D. Ave., Suite 545, Eglin AFB, FL 32542-6848. Questions should be directed to Ms. Leanne T. Green at 850-883-0902, email Leanne.green@eglin.af.mil, or Ms. Danielle Steinke at 850-883-3541, email Danielle.steinke@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8681-11-R-0089/listing.html)
 
Place of Performance
Address: AAC/EBDK, 205 W D Ave. STE 545, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02324886-W 20101111/101109234159-aaf853588e41eb4f38730f349549dcf9 (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.