SOLICITATION NOTICE
14 -- Captive Air Training Missile (CATM) Production
- Notice Date
- 6/28/2013
- Notice Type
- Presolicitation
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8520-13-R-32936
- Point of Contact
- Robert E Rollins, Phone: 478-222-1900
- E-Mail Address
-
robert.rollins@robins.af.mil
(robert.rollins@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The CATM‑120C is a flight-certified structural replica of the tactical AIM-120 missile and is ballasted to replicate weight and center of gravity. As with the tactical missile, the CATM includes four wings, four fins, and a buffer connector. The CATM has no internal electrical components, except for a jumper wire which provides "MISSILE PRESENT" indication on the aircraft. The CATM is used to support load crew training for both services and may be captive-carried on US aircraft to support Combat Air Forces (CAF) aircrew training or simulated operational requirements. Potential Contractors must be able to perform electron beam welding and hold machining and assembly tolerances to +/-.001". Contractors which have not produced the CATM recently will be required to submit First Article units before beginning production. To ensure support for Mission Essential Quantities (MEQ), AFMC Insurance Buy procedures will be used to potentially award two contracts, if an unproven source is determined to be the best value using source selection tradeoff procedures to make tradeoffs between price and past performance with past performance being significantly more important than price. The requirements support multiple aircraft programs (F-15, F-16, F-18, F-22, and F-35) for various FMS customers and may potentially be used for USAF, US Navy, US Army, USMC requirements. NSN, P/N, and Noun: 6290-01-419-2214, 3819513-101, CATM-120C Approximate 115 CATMS will be required each year. Production lead time for the CATM is 9 months. This requirement includes a Basic ordering period of one year and 4 one year option periods. The basic ordering period for the MEQ, the MEQ option, and production option quantities will equate to a five year program. Solicitation will be issued under SBSA. It is anticipated that the RFP will be released after 13 July 2013. 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 register. All inquiries shall be made via email to the PCO. This is an Insurance Policy buy IAW AFMC MP 5317.7590-1. Insurance policy procedures provide the means of competing the maximum practical quantity of a requirement while acquiring an MEQ from a proven source to ensure continued mission support during the production capability validation from an unproven source. Portions of the requirement may be restricted for award to a proven source. These items have been determined of such complexity and/or so critical that first article testing measures are required for all unproven sources. Additionally, the government has determined that a break in the supply of these items (that is, failure to deliver due to timeliness and/or conformance) would seriously impact the mission capability or cause serious damage or harm. Numbered Note 22 applies only to the quantity identified as the mission essential quantity in the solicitation. During the basic ordering period, if an unproven source is determined to be the best value offeror, a first article requirement of 1EA of CATM-120C will be awarded to the unproven source as passing a first article on one unit will give the Government confidence production units will be produced successfully. The First Article will be tested by the Contractor with Government witnessing with results provided via Test Report to WR-ALC. First Article is estimated to be produced, tested and accepted by the Government by 15 months after award of contract. If the First Article is successfully produced and accepted by the Government, production units will be ordered which have a production lead time of 9 months. If the First Article does not pass qualification with only MINOR issues, the unproven source shall have 30 days to correct and successfully retest. If an unproven source is found to be the best value, an award will be made to the proven source for the Mission Essential Quantity (MEQ) of 221 each and a MEQ Option of 27 each for the CATMs to cover the 13 months of qualification efforts and the possible correction period and any unknown requirements for the CATM-120C under the authority of 10 U.S.C. 2304(c)(1), the property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency.. If by the end of the 15 month qualification period, the best value unproven source has become qualified; all future orders will be placed with that contractor. The Government owns the drawing package with full rights for production. 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 Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-13-R-32936/listing.html)
- Record
- SN03103712-W 20130630/130628235721-dc134343bef35637001166ba69c4ad49 (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 |