|
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1995 PSA#1399Aeronautical Systems Center, (ASC/VXYP), Weapons, Air Base, and Range
Product Support Office, 102 West D Avenue suite 168, Eglin AFB FL
32542-6807 10 -- JOINT AIR-TO-SURFACE STANDOFF MISSILE (JASSM) SOL
F08626-96-R-0001 POC Jackie Leitzel, Contracting Officer at (904)
882-4261, ext 3088. For technical information contact Major Gary Barton
at (904) 882-8002, ext 2073. Sources are sought for development of
Joint Air-to-Surface Standoff Missile (JASSM). JASSM is a potential Air
Force/Navy acquisition program envisioned to provide a low-cost
precision-strike standoff weapon system with a range greater than 100nm
compatible with Air Force, Navy, and Marine bomber and fighter
aircraft. The JASSM program will use a highly streamlined approach for
a weapon system which could meet a short term Pre-EMD program which
will consist of design, manufacturing, test, and competitive
demonstration (two contractors) for downselect for the EMD option. The
Pre-EMD and EMD phases will be defined by the bidders to meet. Firms
interested in this program must demonstrate the capability of meeting
the following salient characteristics: low cost, precision accuracy,
standoff range. In addition, the weapon's standoff capability must be
outside of area defenses enabling delivery platforms to employ the
weapons beyond the range of current and projected surface-to-air
systems and strike planned targets. The precision weapon concept must
be capable of placing both fixed and relocatable targets at risk and
should perform reliably in threat environments of the year 2010. The
baseline system must be compatible with a wide range of bomber and
fighter aircraft, with initial emphasis on F16, B52, F/A18. Mission
planning will use current and projected mission planning architectures
and mapping, charting and geodesy support. Autonomous operations
during mid-course and terminal flight phases are preferred. Performance
in adverse weather without degradation is desired, and multiple launch
and leave capability is required. The base line system will employ a
unitary blast fragmentation/penetrating warhead with future growth
potential to a submunition variant. An objective average unit
procurement price of $600K (in FY95 dollars) has been established.
Sources not meeting the above criteria are excluded. Responses to this
synopsis should be submitted to the Contract office, ASC/VXYP, 102 W
D Avenue, suite 168, Eglin AFB FL 32542-6807, in accordance with Note
25. After all statements of capability have been screened, any
subsequent solicitation resulting from this announcement will be issued
to those prospective sources which, in the sole judgment of the
purchasing activity, have a potential to successfully fulfill this
requirement. Closing date for particulars is 15 days from the
publication date of this synopsis. This effort requires contractor
personnel be cleared for access to TOP SECRET Special Compartmentalized
Information (SCI) clearance, verification of NOFORN. Potential
contractors have to be certified and registered for STINFO export
control by the Defense Logistics Services Center (DLSC), Battle Creek
MI 49016-3412, telephone number 800-352-3572, to receive any resultant
RFP. This certification is above and beyond the requirements for a
security clearance and may be obtained by submitting a DD Form 2345 to
DLSC. Firms should include STINFO certification status in their
capability package. A consolidated DRFP is anticipated to be released
on the Eglin Electronic Bulletin Board, with a formal RFP being
released in Mar 96. This synopsis is for information and planning
purposes only, does not constitute a solicitation for bids or
proposals, and is not to be construed as a commitment by the
Government. No collect calls nor telephone requests for the
solicitation will be accepted. Please state the Firm's size (large,
small, SDB) in your capabilities package. An Ombudsman has been
established for this acquisition. The only purpose of the Ombudsman is
to receive and communicate serious concerns from potential offerors
when an offeror prefers not to use established channels to communicate
his/her concern during the proposal development phase of this
acquisition. Potential offerors should use established channels to
request information, pose questions, and voice concerns before
resorting to use of the Ombudsman. Potential offerors are invited to
contact ASC's Ombudsman, Colonel Timothy R. Kinney, AFSEO/SK, 205 West
D Avenue, Suite 318, Eglin AFB FL 32542-6865, (904) 882-9051, with
serious concerns only. Direct all requests for solicitations and
routine communications concerning this acquisition to Jackie Leitzel,
(904) 882-4261, ext 3088. Technical questions should be directed to
Major Gary Barton at (904) 882-8002, ext 2073 or Ms. Lorene Stanford
(904) 882-8002,ext 2072. (0208) Loren Data Corp. http://www.ld.com (SYN# 0261 19950728\10-0001.SOL)
10 - Weapons Index Page
|
|