Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

10 -- 25mm Ammunition Storage and Handling System (ASHS) - Solicitation 3

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
FA8520-10-23735
 
Point of Contact
Amanda Lynn Wright, Phone: 478-327-4356, William (Bill) H Downs, Phone: (478) 926-9264
 
E-Mail Address
amanda.wright@robins.af.mil, bill.downs1@robins.af.mil
(amanda.wright@robins.af.mil, bill.downs1@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0002 to the Solicitation FA8520-10-R-23735 This is a pre-solicitation Notice. Annticipated release of the RFP is 25 October 2010. This requirement is for providing a Linear Linkless Ammunition Storage and Handling System (ASHS) for the GAU-12/U, 25mm Gatling gun weapons system. The 25mm ASHS Assembly consists of five (5) main components: the Magazine Assembly, the Conveyor Assembly, the Loader/Downloader, the Magazine Transfer Unit (MTU), and the Hydraulic Drive Subassembly (HDS). The government intends to award a five year Firm Fixed Price, Requirements type contract as defined in FAR 16.5. Solicitation will be uploaded to www.fedbizopps.gov website only on or about 21 December 2010 with a response date on or about 28 February 2011. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The ASHS parts shall be manufactured in accordance with the Government provided drawing packages. One First Article (FA) will be required per NSN (listed below), and will undergo non-destructive testing. Waivers are allowed if the same item was produced during the last 36 months for any Government organization. All tests will be conducted by the Contractor. The determination of similarity must be approved by this office. Anyone planning to request a waiver is encouraged to submit proof and specifications of their effort prior to proposal due date. The requirement is for a Best Estimated Quantity (BEQ) of one (1) FA to be added to the production quantity upon approval, and five (5) additional production items of each NSN. There will also be four (4) outyear ordering periods with a BEQ of 1-2 of each NSN per year. Assets will be shipped FOB origin with the exception of the FAs which will be shipped to the testing facilities at the expense of the contractor. These items are used on the AC-130 gunship. Technical data drawings will be provided to qualified contractors (Export Control items, distribution code D). The following NSN's are included: Item 0001: NSN 1005-01-391-0694, NOUN: Drive Assembly, Electric. P/N: 025598-505 Dimensions: Length 21.5 IN., Width 13.5 IN., Height 11.0 IN., Weight 50 Lb. Item Material: Aluminum and Steel The high rate of fire of this weapon requires that ammunition be fed at a high rate of speed and synchronized with the rotation of tthe gun barrels. This system drives the ammunition feed system inside the Magazine Assembly and the MTU and synchronizes their operation. It also provides power to the GTU and the gun via a flexible drive shaft. It is driven by the Hydraulic Drive Subassembly which is attached to the gearbox and used either aircraft or manual hydraulic power. Item 0002: NSN 1005-01-385-1897GG, NOUN: Loader Assembly, Ammunition. P/N: 025499-503 Dimensions: Length 18.13 IN., Width 18.75 IN., Height 12.75 IN., Weight 67 Lb. Item Material: Steel and aluminum This unit is used to manually load and download ammunition from the Magazine Assembly. Item 0003 : NSN 3010-01-385-3208GG, NOUN: Gear Assembly, Speed. P/N: 025549-505 Dimensions: Length 12.75 IN., Width 8.75 IN., Height 8.75 IN., Weight 30 lbs. Item Material: Steel and Aluminum The gun drive gearbox assembly receives power from the flexible driveshaft and drives both the GTU and the gun. Item 0004 : NSN 1005-01-500-7848GG, NOUN: Chute, Ammunition. P/N: 5005761002-001 Dimensions: Length 43.5 IN., Width 15 IN., Height 48 IN., Weight 155 Lb. Item material: Steel and Aluminum This unit receives the rounds from the storage magazine and transfers them to the Conveyor Assembly. Item 0005 : NSN 1005-04-507-8482GG, NOUN: Transfer Unit, Ammunition. P/N: 5006061002-001 Dimensions: Length 23.69 IN., Width 15 IN., Height 8.38 IN., Weight 84 Lb. Item Material: Steel and Aluminum This unit receives the rounds from the storage magazine and transfers them to the Conveyor Assembly. The manufacture of these components to performance specifications requires expert knowledge and extensive experience with Linear Linkless ammunition feed systems. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. Proposals will be evaluated and award made in accordance with the evaluation criteria stated in the RFP, Performance/Price Trade-Off. OFFERORS ARE STRONGLY ENCOURAGED TO REVIEW RATINGS IN PPIRS/CPARS FOR ACCURACY AS SOON AS POSSIBLE. The RFP will be posted to the Federal Business Opportunities webpage ( http://www.fbo.gov/ ). NO HARD COPIES WILL BE PROVIDED. The technical data required to respond to the RFP may be obtained at the same website. All vendors are required to be registered Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation data. All requests for copies of the solicitation data must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (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 Certificaiton Lookup service is available via the Internet at http://www.dlis.dla.mil/ccal/. All questions regarding the RFP and/or the data packages must be submitted in writing to amanda.wright@robins.af.mil with copy to bill.downs1@robins.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov. However, the identify of the potential offeror will not be included. Offerors are encouraged to register to recieve notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submissions of proposal. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System (NAICS) 336413 (1000 employees). Itnerested persons may identify their interest and capability to respond to the requirement or submit proposals. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide. 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 potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contracting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate, potential offerors may contact Ombudsman, Kathy Cames at (478) 222-1088, FAX (478) 222-1844, e-mail Kathy.Cames@robins.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-10-23735/listing.html)
 
Record
SN02374429-W 20110209/110207234210-9804582f8bd0e0e83402079cb15b1fef (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.