Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

14 -- AMRAAM Production & Sustainment

Notice Date
1/12/2011
 
Notice Type
Presolicitation
 
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, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8675-12-R-0003
 
Archive Date
3/15/2011
 
Point of Contact
Mary Konopatzke, Phone: (850) 885-3397, Catherine E Gray, Phone: (850) 883-0538
 
E-Mail Address
mary.konopatzke@eglin.af.mil, catherine.gray@eglin.af.mil
(mary.konopatzke@eglin.af.mil, catherine.gray@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice serves as a pre-solicitation notice for procurement of the Advanced Medium Range Air-to-Air Missile (AMRAAM) Air Intercept Missile (AIM)-120 future Lot buys envisioned for Production Lots 26-30 & Sustainment Program (FY12-FY16). The Armament Directorate, in preparation for its 26th production run of AMRAAM AIM-120 missiles, envisions awarding a sole source contract(s) for Production and Sustainment for the AIM-120 variants. This acquisition is contemplated as sole source under authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)) to Raytheon Company, 1151 E Hermans Road, P.O. Box 11337, Tucson, AZ 85734-1337. Subcontracting opportunities should be addressed to Jeff Slyter (Raytheon Company) at the above address or phone (520) 794-8924. Specific production and sustainment requirements may include, but are not limited to: AMRAAM missile production activities (FY12-FY16) include AIM-120C7 and AIM-120D missiles (USAF/USN/USA) and AIM-120 missile variants authorized for release to Foreign Military Sales (FMS), Captive Air Training Missiles (CATM), warranties, and support items include, but are not limited to, AMRAAM Captive Equipment (ACE), Programmable Advanced Systems Interface Simulator (PASIS), Non-Developmental Item-AMRAAM Instrumentation Unit (NDI-AIU), AMRAAM Air Vehicle Instrumented (AAVI), spares, program management, engineering, logistics, test support, support equipment, FMS offset administration, software/hardware upgrades to support production missiles, associated data, and any other supplies or services needed to sustain the AMRAAM program over the life of the system, as well as all facilities, equipment, labor, tools and test equipment necessary to produce an estimated 4,800 (US) and 2,000 (FMS) missiles. Deliveries for Lot 26 are anticipated to begin Feb, 2014 at an average rate of 54 missiles per month; deliveries for the four subsequent lots are anticipated to be at an average rate of 70 missiles per month. Sustainment activities (including AMRAAM system repair and a Service Life Prediction Program (SLPP)) includes, but is not limited to, depot-level repair of Non-Warranted AIM/CATM-120 Missiles, AAV-Instrumented (AAVI's) missiles, Non-Developmental Item Airborne Instrumented Units (NDI-AIUs) (including re-certification), containers, and repairable/ replaceable components of these end items plus the repair infrastructure. Repair infrastructure includes Program Management, Spares/Spares Salvage Management, Special Tooling Maintenance, Business Management, Hardware Demilitarization/Disposal and Administrative Support. Sustainment requirements (FY12-FY16) are anticipated to include the repair capability for the AIM-120B, AIM-120C through AIM-120C7, AIM-120D and CATM-120B-D (USAF/USN/USA/FMS) for approximately 84 units annually that covers non-warranted missile and support item repair. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture and production. As Raytheon's obligations under existing contracts continue, any government-owned peculiar equipment will not be available to any second source. All responsible sources may submit a capability statement which shall be considered by the Government. Any capability statement will need to demonstrate how the source can provide a qualified AMRAAM without substantial duplication of costs. No Technical Data Package (TDP) is available. Anticipated date of Request for Proposal for Lots 26-30 (FY12-FY16) production and sustainment is on or about Mar/11; date of closing response to this synopsis is on or about Mar/11. The date of response to this synopsis for the AMRAAM Production & Sustainment Program is forty-five (45) days after the date of this synopsis publication. Facsimile responses or requests to the Contracting Officer at (850) 882-9467 are authorized if you also call and verify receipt. Communication concerning this acquisition should be directed to Mary Konopatzke, Contract Specialist, (850) 885-3397 or Catherine Gray, Contracting Officer at (850) 883-0538, AAC/EBAK, 207 West D. Avenue, Suite 622, Eglin AFB, FL 32542-6844.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8675-12-R-0003/listing.html)
 
Place of Performance
Address: 1151 E. Hermans Road, Tucson, Arizona, 85756-9367, United States
Zip Code: 85756-9367
 
Record
SN02358757-W 20110114/110112234000-daf43b92217c75dd96c8db8f4b9665a4 (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.