Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOURCES SOUGHT

10 -- Adjustable Proximity Sensor for Laser Joint Direct Attack Munitions (LJDAM)

Notice Date
7/30/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
FA8681SourcesSought
 
Archive Date
8/28/2012
 
Point of Contact
Jeffrey J. Browne, Phone: 850-883-1703
 
E-Mail Address
jeffrey.browne@eglin.af.mil
(jeffrey.browne@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: This is a request for information/market research to provide data for planning purposes. This sources sought synopsis does not constitute a request for proposal, request for quote, invitation for bid, nor does issuance in any way restrict the Government as to its ultimate acquisition approach. The Government is not liable for any costs incurred by the contractor in response to this synopsis and, therefore, will not compensate any contractor for work performed in response to this synopsis. The Air Force Life Cycle Management Center, Direct Attack Division, Eglin AFB, Florida, is seeking potential sources capable of providing approximately 15 proximity sensors for the GBU-54 that will physically and electrically connect with the existing DSU-38/B, which is a proprietary design. There is no Design Data Package available from the Government for this effort. The purpose of the proximity sensor is to provide an air burst capability to the existing Boeing Laser Joint Direct Attack Munitions (LJDAM). The proximity sensor shall operate on all variants of the LJDAM, receive commands from the JDAM tail kit and have no adverse impact to LJDAM platforms. The proximity sensor shall not require any changes to the JDAM tailkit hardware or software and shall be capable of testing/fielding with the current Operational Flight Program (OFP) and JDAM CMBRE Suite. Note: All DSU-38 laser sensors, JDAM tail kits, and associated interface data is contractor proprietary and therefore not available. The proximity sensor and its integration with the DSU-38/B and GBU-38 tail kit shall be at a Technical Readiness Level (TRL) 7 and Manufacturing Readiness Level (MRL) 8 or better. The proximity sensor shall meet all Hazards of Electromagnetic Radiation to Ordnance (HERO) and flight safety requirements to meet schedule requirements for flight tests eight (8) months after contract award. LJDAM integration costs incurred by the contractor will be solely at the Offeror's expense and not funded by the Government. North American Industry Classification System (NAICS) code for this future acquisition is 334511, with a small business size standard of 750 employees. If qualified and interested, please submit an email stating the name of your company, your interest, a Capabilities Statement in accordance with the requirements in the following paragraph, and your business size, indicating whether you are a small or large business for the purposes of the assigned NAICS code. Also, identify a company Point of Contact (POC): name, telephone number with area code, and email address. Emails are preferred. The Government POC for responses is listed below. At this point, the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(a)(2)(ii). Interested parties must have a qualified sensor and may submit a Capabilities Statement addressing the following: 1) Demonstrated technical knowledge of proximity sensor requirements for operational performance, interface requirements for LJDAM required on US and Allied 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 Government approved plans; 4) Ability to deliver qualified sensors in accordance with stated schedule requirements. AGAIN, THIS SOURCES SOUGHT SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), OR AN INVITATION FOR BID. Responses must be received no later than 1200 CDT 13 August 2012. Responses and/or Questions to this sources sought should be emailed to Jeff Browne, Contract Specialist, at jeffrey.browne@eglin.af.mil. All prospective Offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and potential solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8681SourcesSought/listing.html)
 
Record
SN02820220-W 20120801/120731000102-479f17861466dfc8c17e06521e8a9504 (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.