Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2012 FBO #3835
SOLICITATION NOTICE

10 -- Additional JPF Quantity

Notice Date
5/23/2012
 
Notice Type
Presolicitation
 
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, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
JPF201201
 
Archive Date
7/7/2012
 
Point of Contact
Erik J. Urban, Phone: (850)883-0263, Trisha A. Brinton, Phone: (850)883-1248
 
E-Mail Address
erik.urban@eglin.af.mil, trisha.brinton@eglin.af.mil
(erik.urban@eglin.af.mil, trisha.brinton@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AAC/EBDZ/EBDK, Joint Programmable Fuze (JPF) Program Office plans to award a sole source contract for delivery of an additional quantity of FMU-152A/B JPF systems to Kaman Precision Products, Inc. (KPPI), 6655 E. Colonial Drive, Orlando, FL, 32807-5200, on or before 30 September 2012. This action covers a limited number of fuzes required for FY12. The estimated quantity range is expected to be between 5,000 to 13,000 fuzes. The government believes KPPI is currently the only responsible source for FMU-152A/B production. The JPF Program Office recently solicited offers in a full and open competition for follow-on production of fuzes meeting the FMU-152A/B requirements and only received one offer. The Program Office is in the process of evaluating that offer and plans a contract award in FY13. The FMU-152A/B is a cockpit-selectable bomb fuze employed in MK-80 series warheads (both guided and unguided variations), and both the 2000lb and 5000lb series Penetrator warheads. The FMU-152A/B fuze system consists of the fuze, the FZU-55A/B fuze initiator and the FZU-63/B fuze initiator, a closure ring, and power cable. The government intends to solicit and negotiate this bridge contract with only one source under the authority of FAR 6.302-1(a)(2)(ii). Interested parties must submit statements of capability (SOC) or a capabilities package addressing the following: (1) Demonstrated technical knowledge of the Joint Programmable Fuze (FMU-152A/B) requirements for operational performance, interface requirements for JDAM and other guided munitions/general purpose bombs, interface requirements for required US and Allied aircraft, and system safety requirements; (2) Adequate production facilities and production capabilities to produce and assemble the fuze (FMU-152A/B) and closure ring as listed above, and produce or acquire associated sub-tier components; (3) Adequate production facilities and production capabilities to produce and assemble the fuze initiator (FZU-55A/B and FZU-63/B) and power cable, and produce or acquire associated sub-tier components; (4) Ability to perform acceptance and other required tests of fuzes and fuze initiators in accordance with Contractor-developed and Government-approved plans; (5) Ability to deliver fuzes and fuze initiators on schedule (deliveries beginning 12 months after contract award). Responders to this synopsis will not be provided the results of the government evaluation of their qualifying package. Responses to this synopsis must be submitted for receipt by the Government within 45 days of the publication date and must state whether the potential source is a small business concern IAW FAR 52.219-1. The NAIC Code/Size Standard is 332995/500 employees. Interested persons may identify their interest and capability to respond to the requirement by submitting Statements of Capability to produce and deliver FMU152A/B fuze systems, accessories, spares, and trainers. Deliveries are expected to begin NLT 12 months after contract award and to complete within a 12 month period after that. This notice of intent is not a request for competitive proposals. However, all statements of capability received within forty-five days after date of publication of this synopsis will 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. 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 Brigadier General David A. Harris, AAC/CV, 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495, phone number (850) 882-5422, DSN 872-5422. THIS IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Interested sources should contact Ms. Trisha Brinton, Contract Specialist, 850-883-1248, Trisha.Brinton@eglin.af.mil or Mr. Erik J. Urban, 850-883-0263, Erik.Urban@eglin.af.mil. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/JPF201201/listing.html)
 
Place of Performance
Address: AAC/EBDZ(K), 205 W D AVE STE 545, EGLIN AFB, Florida 32542, EGLIN AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02756222-W 20120525/120523235916-40d11cad0ca11fcfbcb8143b55eb0744 (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.