Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2023 SAM #7800
SOLICITATION NOTICE

14 -- Notice of Contract Action for Joint Air-to-Surface Standoff Missile (JASSM) and Long Range Anti-Ship Missile (LRASM)

Notice Date
4/4/2023 12:58:53 PM
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
FA8682 AFLCMC EBJK EGLIN AFB FL 32542-6883 USA
 
ZIP Code
32542-6883
 
Solicitation Number
FA868224C0001
 
Response Due
4/19/2023 2:00:00 PM
 
Point of Contact
Grisselle E. Brown, Phone: 8508831517, Brian Cherry
 
E-Mail Address
grisselle.brown@us.af.mil, brian.cherry.1@us.af.mil
(grisselle.brown@us.af.mil, brian.cherry.1@us.af.mil)
 
Description
The Department of Defense, United States Air Force (USAF), Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Long Range Systems Division (EBJ) is increasing the production quantities of Joint Air-to-Surface Standoff Missiles (JASSM) and the quantities of Long Range Anti-Ship Missile (LRASM). The increase in production will cover JASSM production Lots 22-26 and LRASM Lots 9-12 for quantities up to 5,010 in various configurations and variants. This effort also includes missile containers, missile-to-aircraft interfaces, mission planning software, missile maintenance software modules and maintaining the 2 current factories (P-14 and P-72) as well as sustainment efforts to include operational safety, suitability, and effectiveness.� In addition to the JASSM/LRASM missiles, missile hardware and software, this weapon system includes telemetry instrumentation kits, precision targeting image software, Weapon System Simulator, technical data, obsolescence management, upgrades, production implementation, pre-planned product improvement, sustainment, aircraft integration, non-warranty repair, containers, tooling, and other related items.� Associated 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. Sustainment activities include JASSM/LRASM 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/LRASM program over the life of the systems for all variants and configurations. �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 capability and capacity to repair non-warranted missiles and other support items that may occur proportional to the estimated increased missile quantities listed above.� Deliveries for this procurement are anticipated to begin approximately 27 months after contract award.� The fulfillment of the supplies/services listed above will be executed sole source to Lockheed Martin Missiles and Fire Control (LMMFC) in Orlando, FL and Lockheed Martin Rotary and Mission Systems (LM RMS) in Mount Laurel, New Jersey under the authority of FAR 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements�.� The program is supported by the LMMFC manufacturing facility complex, which is uniquely capable of sustaining the Full Rate Production (FRP) of JASSM/LRASM, two major weapon systems. LMMFC has supply chain management capability and maintains key relationships with vital suppliers across the multi service complex. LMMFC has the engineering personnel and program management expertise based on experience to support continuous improvement and production upgrade efforts. There is a direct working relationship between LMMFC and LM RMS. JASSM/LRASM software includes specialized aspects of the overall mission planning software that only LM RMS can provide.� No Government owned technical data package exists to provide to other companies.� The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacturing 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 interested vendors shall submit a capabilities statement, proposal or quotation that explicitly demonstrates their capability to provide/perform the complete requirement stated in this notice and shall be considered by the agency.� The capabilities statement should be brief and concise (no more than 10 pages), yet clearly demonstrate an ability to meet the complete stated requirement.� The Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any of the information submitted under this notice.� No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.� The decision to solicit for a contract shall be solely within the Government�s discretion.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� ��Foreign participation is not authorized. Only government employees will review submitted responses to this notice.� Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information.� These administrative support contracts include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. For subcontracting opportunities, please contact Michael Kelly, Lockheed Martin Missiles and Fire Control, michael.a.kelly@lmco.com. RESPONSES ARE DUE NO LATER THAN 4:00 P.M. (CST) ON 19 APR 2023.� Direct all questions concerning this requirement to Grisselle Brown at grisselle.brown@us.af.mil and Brian Cherry at brian.cherry.1@us.af.mil. ����
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2bfb81be1800473f8a8c887bd360cdee/view)
 
Place of Performance
Address: Orlando, FL 32819, USA
Zip Code: 32819
Country: USA
 
Record
SN06639428-F 20230406/230404230107 (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 |
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.