SOURCES SOUGHT
99 -- IDIQ FY 2022-2026 Paveway Production
- Notice Date
- 8/26/2020 2:45:30 PM
- Notice Type
- Sources Sought
- Contracting Office
- FA8213 AFLCMC EBHK HILL AFB UT 84056-5820 USA
- ZIP Code
- 84056-5820
- Solicitation Number
- FA8213-22-R-PWII
- Response Due
- 10/7/2020 3:00:00 PM
- Archive Date
- 10/07/2020
- Point of Contact
- Kellee Grose, Phone: 8017774245, Tad Lloyd, Phone: 8017774163
- E-Mail Address
-
kellee.grose@us.af.mil, tad.lloyd@us.af.mil
(kellee.grose@us.af.mil, tad.lloyd@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS: Solicitation Number:� ��������������������� Notice Type: FD2020-xx-xxxxxx��������������� Sources Sought���������� Title:� Production of Paveway II Laser Guided Bomb (LGB) Computer Control Groups (CCG) and Airfoil Groups (AFG) for GBU-10/12/16 for United States Air Force (USAF), Navy (USN), and Foreign Partners under the Defense Security Cooperation Agency (DSCA), and Foreign Military Sales (FMS) Customers Synopsis: 1.� NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) Code is 332993�Ammunition (except Small Arms) Manufacturing which has a corresponding size standard of 1500.� The Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns.� The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.� Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� 2.� The USAF is surveying the market to determine if alternate sources exist in support of providing Paveway II and Enhanced Paveway II components for USAF, USN, DCSA, and FMS customers.� 2.1 The Paveway family of components consist of hardware and software necessary to convert 250, 500, 1,000, and 2,000-pound warheads into precision guided weapons. Capable of detecting and guiding the warhead to a target illuminated by an external laser source. Paveway II LGB components are listed in the following table. National Stock Number Nomenclature 1325-01-524-9697 MAU-169L/B 1325-01-666-9225 MAU-209D/B 1325-00-427-9099 MXU-650/B 1325-01-513-8041 MXU-650C/B 1325-01-513-6198 MXU-650D/B 1325-01-493-6405 MXU-667A/B 1325-01-513-8052 MXU-667B/B 1325-01-513-6209 MXU-667C/B 2.2 The USAF is conducting acquisition planning for a follow-on contract with the intent of the procurement/production of quantities of 750 to 2,500 annually in support of USAF, USN, DSCA and FMS customers.� Contract award is expected to be mid to late calendar year 2022.� It is anticipated that this acquisition will include five (5) years of Paveway II requirements beginning in FY22 and ending in FY26.� The estimated contract value will be between $15M to $80M annually. 2.3 The USAF is actively procuring Paveway II components under contract FA8213-11-D-0007 and FA8213-11-D-0008 to meet mission requirements for USAF, USN, DSCA and FMS Partners.� The current contracts are one of a succession of competitive source contracts awarded to the following prime contractors:� RAYTHEON MISSILE SYSTEMS 1151 E HERMANS RD TUCSON AZ 85756-9367 LOCKHEED MARTIN MISSILES AND FIRE CONTROL 459 KENNEDY DR ARCHBALD PA 18403-1527 Both Raytheon Missile Systems and Lockheed Martin Missile Fire Control and/or their subcontractors have the capability and data necessary to manufacture or modify Paveway II components.� The United States Government (USG) owns the Paveway System Specification, but does not own or have the rights to use the data required to manufacture, repair, or modify the Paveway II systems or to allow other contractors to use the data to compete for future Paveway requirements.� The USG does not have funding available to support additional source qualification.� Potential offerer�s must possess access to and rights to use all proprietary data, including but not limited to, the Paveway Interface Control Document (ICD).� Contractors interested in potential subcontracting opportunities related to this USG planned Paveway II acquisition may contact either Raytheon Missile Systems or Lockheed Martin Missile Fire Control at the addresses listed above.� 2.4� In order for a respondent to be considered by the USG as a potential alternate source to Raytheon Missile Systems and Lockheed Martin Missile Fire Control for this effort, respondent shall provide a capability statement that demonstrates the capabilities and ability to satisfy the requirements described below not-later-than (NLT) (insert date) at 11:59pm EST.� The USG retains the right to NOT consider late responses.� Responses are to be emailed to Kellee Grose at kellee.grose@us.af.mil.� This Sources Sought Synopsis is for information and planning purposes only.� It does not constitute an invitation for bid or a request for proposal and is not to be construed as a commitment by the USG.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.� 2.4.1 Capability Statement Format�Capability statements are to be in report format not-to-exceed twenty (20) printed single-sided pages.� A page is defined as each face of a sheet of paper containing information.� Page size shall be 8.5x11 inches and printed on one side.� The text shall be Times New Roman and font size shall be no less than 12 point.� Use at least 1 inch margins on the top, bottom, and sides.� Fold out pages are not allowed.� For tables, charts, graphs and figures, the text shall be no smaller than 10 point.� � 2.4.2 Required Notification�Capability statements shall include notification to the USAF, AFLCMC/EBHK of intent to be recognized as a capable source for the Paveway II Weapon System. Information must be provided identifying capability to become a qualified supplier and begin full-rate production for all Paveway II variants that are certified for the aircraft and load outs identified in the Paveway Aircraft ICD and System Requirements Document (SRD) NLT February 2022 with complete delivery of FY22 requirements by February 2024.� The Paveway II weapon system must perform according to the SRD and be fully integrated and qualified for employment from the aircraft identified in the SRD.� Responses shall include viable examples of prior or current capability and include cost estimates and projected production timelines to accomplish this effort.� Responses shall include a company profile, which includes company name, CAGE code, DUNS number, office location, number of employees, and small business designation/status claimed. 2.4.3 Qualification or Integration Testing Cost�The USG only has funds to support production delivery of Paveway II components.� Any required qualification or integration testing costs, such as First Article Acceptance Test (FAAT), Functional Qualification Test, etc., would also be applied to the production price and must be completed prior to February 2023. 2.4.4 Manufacturing, Test and Inspection, and Warranty�The offeror shall identify the availability of all requisite manufacturing, test and inspections facilities, equipment, tooling, procedures, and personnel or specify provisions (to include costs and timeline) to obtain them.� If tooling is developed by the contractor, evidence of tooling design and capability shall be provided.� The offeror shall open its related facilities, equipment, facility and equipment orders, tooling, procedures, and hiring plans to inspection and evaluation if requested by the Government.� The contractor must provide shipping to Continental United States (CONUS) locations.� 2.4.5 Test and Evaluation or Verification�The offeror shall explain how they will verify compliance with the SRD and how required tooling and production processes will be developed or acquired, to include estimated costs and timelines.� The Government retains the option to witness any documented testing and will require fully documented test reports. 2.4.6 Aircraft Integration�the offeror shall identify capability, cost and timelines to meet or exceed all requirements specified by the Paveway II core ICD, including required timelines to integrate onto required platforms.� Capability shall not require any changes to the Operational Flight Program (OFP) of all currently integrated USG and FMS aircraft, including Paveway Launch Acceptability Region (LAR) models.� 2.4.7 Mission Planning�the offeror shall identify capability to produce mission planning products that interface with existing mission planning systems.� These products shall not require any change to existing aircraft mission planning environments (MPE). 2.4.8 Access and Rights to Necessary Data�the offeror shall identify how it will obtain access and rights to the proprietary data necessary to manufacture, repair, or modify Paveway II items and the estimated costs to obtain such access and rights to the data.� 2.4.9 Rough Order of Magnitude (ROM) Estimated Unit Prices�upon receipt of a promising response, the USG may request submission of ROM unit prices for a hypothetical FY22 quantities of 2,500 Paveway II CCG�s and AFG�s listed in Para. 2.1. These ROM unit prices must be submitted within two weeks of the USG request. 3.� The aforementioned SRD and ICD will be released pursuant to its corresponding Distribution Statement and only by request contingent upon the interested party being registered with the Joint Certification Program (JCP) and providing a copy of a signed DD Form 2345 �Military Critical Technical Data Agreement.�� If a DD2345 had not been completed, follow the instructions on https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx to complete a DD2345.� 4. For further information, contact Kellee Grose via email at kellee.grose@us.af.mil or 801- 777-4245.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3807b25eeb6b407ebc7a3d879fb793e1/view)
- Record
- SN05775144-F 20200828/200826230202 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |