Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
SOURCES SOUGHT

10 -- JASSM Lot 15-21 and LRASM Lot 1-4 procurement

Notice Date
9/11/2015
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/EBJK - Eglin, 205 West D Ave, Bldg 350, Ste 632, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8682-17-C-0037
 
Archive Date
9/30/2015
 
Point of Contact
Dana J Alexander, Phone: 8508823904, Austin W. Francis, Phone: 8508755358
 
E-Mail Address
dana.alexander.6@us.af.mil, austin.francis.1@us.af.mil
(dana.alexander.6@us.af.mil, austin.francis.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Department of Defense, United States Air Force (USAF), Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate is currently conducting market research for a requirement to procure 2,335 Joint Air-to-Surface Standoff Missile-Extended Range (JASSM-ER), 90 air-launched Offensive Anti-Surface Warfare (OASuW) Long Range Anti-Ship Missile (LRASM) and all Sustainment efforts to include operational safety, suitability, and effectiveness. The objective of this sources sought notification is to determine what resources are available to perform this specific type of requirement. In addition to the JASSM-ER and LRASM missile hardware and software, this weapon system includes telemetry instrumentation kits, precision targeting image software, the JASSM Weapon System Simulator, technical data, obsolescence management, upgrades, production implementation, pre-planned product improvement, sustainment, aircraft integration, non-warranty repair, containers, and other related items. Support items include, but are not limited to, replacement parts, program management, engineering, logistics, test support, support equipment, software/hardware upgrades to support production missiles, associated data, and any other supplies or services needed to sustain the program over the life of the system, as well as all facilities, equipment, labor, tools and test equipment. Deliveries for this procurement are anticipated to begin approximately 18 months after contract award. Sustainment activities include JASSM/JASSM-ER system repair, container requirements, and repairable/replaceable components of these end items plus the repair infrastructure; and any other supplies or services needed to sustain the JASSM/JASSM-ER program over the life of the system. Repair infrastructure includes program management, replacement parts, special tooling maintenance, business management, hardware demilitarization/disposal and administrative support. Sustainment requirements are anticipated to include the repair capability for the estimated quantities listed above that cover non-warranted missiles and other support items. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture and production. As Lockheed Martin Missiles and Fire Control'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 JASSM-ER/LRASM within the required timeframes and without substantial duplication of costs. No technical data package is available. THIS NOTICE IS FOR MARKET RESEARCH PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE. All capability statements received within 15 days after the date of publication of this Sources Sought Notice may 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1a0f87a6008b9d47debdef4ab048697b)
 
Place of Performance
Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03882794-W 20150913/150912000113-1a0f87a6008b9d47debdef4ab048697b (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.