Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2005 FBO #1174
SOURCES SOUGHT

10 -- DSU-33 PROXIMITY SENSORS

Notice Date
2/10/2005
 
Notice Type
Sources Sought
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-YUK-DSU-33-2005
 
Response Due
2/25/2005
 
Description
The Direct Attack System Group, Contracting Directorate (DASG), Air-to-Ground-Munitions Systems Wing (AGMSW), Eglin AFB FL plans an acquisition to procure and support DSU-33 proximity sensor units beginning in FY06 through FY12. Potential offerors will compete to provide sensors which must meet the requirements of a Performance Specification and Interface Control Drawing. The procurement is open to all qualified contractors. A final decision has not been reached at this time regarding foreign source participation and the Government reserves the right to include or exclude foreign sources at a later date. Award is anticipated for December 2005. Approximately 1,000?15,000 DSU-33 units (various configurations) may be procured for the Air Force, Navy and potential Foreign Military inventories within the first year of contract award. Additional quantities of 1,000-15,000 units per year may be procured as yearly priced options through FY12. The DSU-33 must function with General Purpose bombs, such as the M-117 and MK-80 series, in both high and low drag configurations, and with Joint Direct Attack Munitions (JDAM) weapons. These bombs have fuze systems, such as the FMU-139/B, FMU-139B/B, FMU-139A/B and FMU-152A/B, to which the DSU-33 will be required to provide a sensor fire pulse for above ground bomb detonation. The fuze and sensor will be initiated via either the FZU-48 or the FZU-55A/B in the Air Force configuration, or the Fuze Function Control Set in the Navy configuration. The sensor shall be qualified (certifiable) for use on the following aircraft and each of their series: Marine AV-8, Navy/Marine F/A-18, and Air Force A-10, F-15, F-16, F-22, B-52, B-1, B-2 and JSF. A DSU-33 Performance Specification and Interface Control Drawing shall be provided to all offerors by contacting the Contracting Officer or the Contract Specialist shown above. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL OR AN INVITATION FOR BID AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. All responses to this synopsis shall be evaluated in the following areas: 1) Demonstrated technical knowledge of proximity sensor requirements for operational performance, interface requirements for JDAM and other munitions/general purpose bombs, interface requirements for required US aircraft, and system safety requirements; 2) Adequate production facilities and production capabilities to produce and assemble proximity sensor hardware; 3) Ability to perform acceptance and other required tests of the proximity sensors in accordance with Contractor developed and Government approved plans; 4) Ability to deliver qualified sensors in accordance with production schedule; 5) Due to the extended period of performance of this contract, responses shall also be evaluated on the contractor?s ability to perform system engineering product improvements over the life of the contract resulting from issues such as, but not limited to: parts obsolescence, evolving technologies, countermeasures, and form/fit issues for potential new weapon systems; and 6) Ability to incorporate flexible manufacturing processes to accommodate quantity fluctuations from year to year. Acquisition will be oriented toward a ?buy to budget? or ?variation in quantity? pricing methodology. Responders to this synopsis will not be provided the results of the government evaluation of their qualifying package. Responses to this synopsis should be submitted for receipt by the Government within 15 days of the publication date and must state whether the potential source is a small business concern IAW FAR 52.219-1. The NAICS Code/Size Standards is 332995/500 employees. We anticipate a full and open competition; however the Government reserves the right for a small business set-aside. Responding firms must have a secret level security clearance and be export control certified, IAW DoD 5230.25. Export control certification may be obtained through the Defense Logistics Services Center, Battle Creek MI 49016-3412, telephone number 1-800-352-3572. For technical information on this synopsis, contact AGMSW/DASG Capt Renae Barnes, 850-882-8787, ext 3266 or Mr. Bill Yourick, 850-882-8787, ext 2204. For contracting questions or submission of a qualification package, contact AGMSW/DASG Julia Woodard, Contract Specialist, 850-882-8787 ext 2149. Collect calls will not be accepted. See Numbered Note 26.*****
 
Record
SN00749198-W 20050212/050210211927 (fbodaily.com)
 
Source
FedBizOpps.gov 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.