Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOLICITATION NOTICE

14 -- Miniature Air Launched Decoy (MALD) and MALD - J (Jammer) IDIQ Contract

Notice Date
12/30/2014
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA868215D0082
 
Archive Date
2/14/2015
 
Point of Contact
Andrea Matson, Phone: 850-882-0204, Robert Groves, Phone: 850-883-0214
 
E-Mail Address
andrea.matson.1@us.af.mil, robert.groves.7@us.af.mil
(andrea.matson.1@us.af.mil, robert.groves.7@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Miniature Air Launched Decoy (MALD) and Miniature Air Launched Decoy - Jammer (MALD-J) IDIQ Contract Document Type: Pre- Solicitation Notice /Synopsis Reference Number: FA8682-15-D-0082 Posted Date: 30 December 2014 Response Date: 30 January 2015 Archive Date: 13 February 2015 Classification Code: 14 - Guided Missiles NAICS Code: 336414 - Guided Missile and Space Vehicle Manufacturing Set Aside: N/A Contracting Office Address: AFLCMC/EBJK, 205 W. D. Ave, Eglin AFB FL 32542 Description: This is official notification that the Air Force Life Cycle Management Center, Miniature Air Launched Decoy (MALD) and Miniature Air Launched Decoy - Jammer (MALD-J) Program Office intend to solicit and award a sole source contract and/or separate contract(s) under the authority of FAR 6.302-1 to Raytheon Missile Systems, 1151 E Hermans Road, Tucson, AZ 85756. This acquisition will be a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ), using a combination of Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP) and Fixed Price Incentive Firm (FPIF) CLINs. Raytheon Missile Systems is the current producer and sustainment provider for the MALD and MALD-J weapon systems and is the only known company that has detailed knowledge necessary to provide the required MALD specific support. No Government owned technical data package exists to provide to other companies. Therefore, the Government is unable to provide Government property/Government special tooling/special test equipment/technical data packages to any prospective new source. Fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture. Anticipated award of this contract is on or about 15 April 2015. The scope of this IDIQ contract incorporates: Life Cycle support of the Miniature Air Launched Decoy (MALD) and Miniature Air Launched Decoy - J (MALD-J) weapon systems. This lifecycle support includes all efforts related to MALD, MALD-J and any MALD variant in the areas of system upgrade, integration, production, sustainment, management and logistical support for US Government systems. For subcontracting opportunities, please contact Jeff Slyter, Raytheon Missile Systems, (520) 663-8899. These efforts include but are not limited to: •- Assist in the tracking and serviceability of fielded systems •- Participation in CONUS/OCONUS base site activation activities that include but are not limited to program familiarization and operational maintenance concepts •- Coordinate and participate in field repairs/retrofits •- Research and solve deficiencies identified by Deficiency Reports (DRs) and monitor the Reliability Asset Monitor System/Tactical Missile Reporting System (RAMS/TMRS), •- Catalog actions necessary to include configuration changes •- Update Technical Orders in the fielded data and manuals; provide assistance and problem solving •- Support required for the integration and continued compatibility of the MALD and/or MALD-J weapon systems on two US government platforms (B-52 and F-16). In addition, support potential integration efforts on other aircraft platforms. •- Support for Common Munitions Built- in-Test Reprogramming Equipment (CMBRE) Test and Analysis and necessary studies •- Provide support to include but not limited to Weapon System Evaluation Program (WSEP), Force Development Exercise (FDE), Interface Control Working Groups (ICWGs), Technical Interchange Meetings (TIMs), Test Program Working Groups (TPWGs), Interface Control Documentation (ICDs) or other operational tests data, Contract Data Requirements Lists (CDRLs), monthly reports, testing results, transportation of test articles, field activities, e.g. •- Support for Failure Review Boards (FRBs), which includes but is not limited to data, analysis, reports and participation in meetings, as required •- Provide hardware, test software and test support for MALD and/or MALD-J software verification testing, to include but not limited to software integration laboratory, Production Verification Testing (PVT), and reliability assessment testing, e.g. •- Provide MALD and/or MALD-J software development and maintenance support •- Provide modeling and measurement support, reports and testing, to include but not limited to Radar Cross Section (RCS) Pole Model, Aerodynamic Measurement modeling and wind tunnel, e.g. •- Provide Independent Review Team Support for MALD and/or MALD-J programs •- Provide MALD and/or MALD-J study reports/analysis as required •- Support service life extension studies which includes but is not limited to data, analysis, reports, component testing, and participation in meetings as required •- Provide support for MALD and/or MALD-J Development Testing (DT) and Production Verification Testing (PVT) and reports •- Perform repairs on assets that have failed in the field to include but not limited to, software/hardware issues, user induced failures, etc. •- Coordinate and participate in field repairs/retrofits •- Provide support in response to Foreign Military Sales, US Navy, and US Marine Corps efforts in connection with MALD, MALD-J and other MALD variants In accordance with FAR 5.203(a), interested persons may identify their interest and capability to respond to the requirement within the response date specified above in order to 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Anyone desiring to do business with the Air Force must be registered in the System for Award Management (SAM) ( http://www.sam.gov ). An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Jill Willingham-Allen, AFLCMC/AQP, 1790 10 th Street, Wright Patterson AFB, OH 45433-7630, (937) 255-5472. The response date for this synopsis for the MALD/MALD-J IDIQ is 30 January 2015. NOTE: Facsimile responses or requests to the Contracting Officer at (850) 885-3389 are authorized if you also call and verify receipt. Communication concerning this acquisition should be directed to Ms. Andrea Matson, Contracting Officer at andrea.matson.1@us.af.mil, or (850) 882-0204, AFLCMC/EBJK, 205 West D Ave, Eglin AFB, FL 32542. See FBO Daily Numbered Notes 12, 22 and 26. Place of Contract Performance: AFLCMC/EBJK, 205 West D Ave, Eglin AFB FL 32542
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d7e761c09ee279287f4cc1f252b7006)
 
Place of Performance
Address: AFLCMC/EBJK, 205 West D Ave, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03606533-W 20150101/141230234331-2d7e761c09ee279287f4cc1f252b7006 (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.