Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1995 PSA#1399

Aeronautical 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