SOLICITATION NOTICE
10 -- Interim Contract Support
- Notice Date
- 3/17/2011
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- FA8681-10-C-ICS
- Archive Date
- 4/16/2011
- Point of Contact
- Ronald Foskey, Phone: (850)883-1699, Penny Daniels, Phone: 8508832106
- E-Mail Address
-
ronald.foskey@eglin.af.mil, penny.daniels@eglin.af.mil
(ronald.foskey@eglin.af.mil, penny.daniels@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF CONTRACT ACTION: AAC/EBDK/EBDJ, Eglin AFB FL, intends to issue a sole-source contract to The Boeing Company, 6200 JS McDonnel Blvd., St. Louis MO 63134-1939, for the GBU-57 Massive Ordnance Penetrator (MOP) system. The period of performance is planned for 24 months and contract type for this effort is Firm-Fixed-Price (FFP). The anticipated statutory authority, which permits other than full and open competition for this acquisition, is 10 United States Code (USC) 2304(c)(1), as implemented in FAR 6.302-1(a)(2)(ii). This authority will be supported by an approved J&A. A Sources Sought Synopsis was previously issued on 18 February 2011, Reference Number FA8681-10-C-MOPICS. Taking into consideration the responses to this Sources Sought synopsis, it is the Government's intent to proceed with a sole-source action. The MOP is a 30,000-pound class conventional penetrating weapon designed to defeat hard and deeply buried targets. Development and flight test was conducted via a quick reaction capability (QRC) in response to a joint warfighter urgent operational need. The focus of the Interim Contractor Support (ICS) effort is to provide continuing logistics and technical support to Whiteman AFB and the USAF management offices in order to maintain a high degree of weapon success. The contractor will be responsible to provide the following but not limited to: 1. Non Warranty Repairs: a) The contractor shall provide GBU-57A/B, BRU-72/B, GSE, and MLA repair as required above field level repair; and MXU-1012/B repair if feasible. The contractor will ensure a 90% system availability rate. b) The contractor shall arrange and provide shipping costs to and from the repair facility. 2. Engineering and Technical support: a) The contractor shall provide a telephone hotline b) The contractor shall support on-site visits c) The contractor shall design and catalogue a removable lanyard replacement kit and develop source data for the same. d) The contractor shall provide functional surveillance testing e) The contractor shall provide technical data f) The contractor shall support government cataloging and nomenclature assignment g) The contractor shall develop solutions to improve long term storage life of the system. h) The contractor shall maintain current list of field repairable parts i) The contractor shall attend/host periodic system reviews 3. Software Maintenance: a) The contractor shall develop MOP Common Munitions Bit/Reprogramming Equipment (CMBRE) plus Munitions Application Program (MAP) upgrading from present DOS based system to Windows based system. 4. Trainer Support: a) The contractor shall support trainer repair and maintenance b) The contractor shall deliver spare parts This notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does it restrict the Government in any way to an ultimate acquisition approach. THIS IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. No costs will be paid for any charges incurred in responding to this synopsis. The Air Armament Center has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Director or Procuring Contracting Officer (PCO), but communicates 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 proposal(s). Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather the Contracting Officer. For any other concerns, interested parties may call the Air Armament Center Ombudsman, Col David Harris AAC/CV, 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495, (850) 882-5422. For further information, contact the PCO, Mr. Ron Foskey, AAC/EBDK/EBDJ, (850) 883-2115.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8681-10-C-ICS/listing.html)
- Record
- SN02403006-W 20110319/110317234238-ce4bc57b8915185f38e4b2b537910dc8 (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 |