Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

10 -- Spare parts to Support Currently Fielded FMU 152A/B Joint Programmable Fuze (JPF) Systems

Notice Date
12/15/2011
 
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, United States
 
ZIP Code
32542-6864
 
Solicitation Number
F08626-98-C-0006P157
 
Archive Date
1/31/2012
 
Point of Contact
Trisha A. Brinton, Phone: (850)883-1248, Leanne T Green, Phone: (850)883-0902
 
E-Mail Address
trisha.brinton@eglin.af.mil, leanne.green@eglin.af.mil
(trisha.brinton@eglin.af.mil, leanne.green@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AAC/EBDZ/EBDK, Joint Programmable Fuze (JPF) Program Office, Eglin AFB FL, is contemplating issuing a Sole Source Award to Kaman Precision Products, Inc., in Orlando, FL. This effort is to procure and receive additional spares to support currently fielded FMU 152A/B Joint Programmable Fuze (JPF) systems. Specifically, these spares include the following items and approximate quantities: FZU-55A/B Bomb Fuze Initiators, 400 each, FZU-63/B Bomb Fuze Initiators, 200 each, Closure rings, 50 each, Power Cables, 200 each, and Setscrews, 1,000 each. The Joint Programmable Fuze (JPF) Program Office conducted a competitive source selection in FY11 for the award of a JPF Follow-on Production contract for delivery of an initial Lot of JPF systems plus 6 optional Lots on an annual basis. That source selection resulted in a single offer being presented for consideration. A contract award is pending at this time. This action represents a small quantity of items necessary to assure continuous deliveries to the warfighter during the start-up period under that contract. The FMU-152A/B Joint Programmable Fuze (JPF) is a cockpit-selectable bomb fuze employed in MK-80 series warheads (both guided and unguided variations), and both the 2000lb and 5000lb series Penetrator warheads. The FMU-152A/B fuze system consists of the fuze, the FZU-55A/B fuze initiator and the FZU-63A/B fuze initiator, a closure ring, and power cable. Spares for the fuze system would consist of the FZU-55A/B initiator, the FZU-63A/B initiator, power cable, closure ring, and a small variety of sub-tier components. The government intends to solicit and negotiate this effort with only one source under the authority of FAR 6.302-1(a)(2)(ii). Interested parties must submit statements of capability (SOC) or capabilities package addressing the following: (1) Demonstrated technical knowledge of the Joint Programmable Fuze (FMU-152A/B) requirements for operational performance, interface requirements for JDAM and other guided munitions/general purpose bombs, interface requirements for required US and Allied aircraft, and system safety requirements; (2) Adequate production facilities and production capabilities to produce and assemble spares in support of the fuze (FMU-152A/B) as listed above, and produce or acquire associated sub-tier components; (3) Adequate production facilities and production capabilities to produce and assemble the fuze initiator (FZU-55A/B and FZU-63A/B) and power cable, and produce or acquire associated sub-tier components; (4) Ability to perform acceptance and other required tests of fuze initiators in accordance with Contractor-developed and Government approved plans; (5) Ability to deliver spares on schedule (3 months after contract award). Responders to this synopsis will not be provided the results of the government evaluation of their qualifying package. Responses to this synopsis should be submitted for receipt by the Government within 45 days of the publication date and must state whether the potential source is a small business concern IAW FAR 52.219-1. The NAIC Code/Size Standards is 332995/500 employees. Interested persons may identify their interest and capability to respond to the requirement by submitting Statements of Capability to produce and deliver FMU152A/B spares. Deliveries are expected to occur 3 months after contract award. This notice of intent is not a request for competitive proposals. However, all statements of capability received within forty-five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete 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. 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 located at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495, phone number (850) 882-5422, DSN 872-5422. THIS IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Interested sources should contact Ms. Trisha Brinton, Contract Specialist, 850-883-1248, Trisha.Brinton@eglin.af.mil or Ms. Leanne T. Green, 850-883-0902, Leanne.Green@eglin.af.mil. For technical information on this synopsis, contact Major Bena Sellers, 850-883-8787 ext 2328. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/F08626-98-C-0006P157/listing.html)
 
Place of Performance
Address: AAC/EBDK, 205 W D AVE. STE 545, Eglin AFB, Florida, 32547, United States
Zip Code: 32547
 
Record
SN02640154-W 20111217/111215234706-716b13d85ff4d5e3fa34f479110edac4 (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.