SOLICITATION NOTICE
14 -- Tomahawk Block IV Full Rate Production (FRP11 - FRP12), Depot Maintenance and Repair, and Dimilitarization and Preparation
- Notice Date
- 8/1/2012
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-12-R-0092
- Point of Contact
- Jennifer A Alvey, Phone: 301-757-5941, Connie T Gayle, Phone: 301-757-7085
- E-Mail Address
-
jennifer.alvey@navy.mil, connie.gayle@navy.mil
(jennifer.alvey@navy.mil, connie.gayle@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) intends to negotiate and award a contract for Tomahawk Block IV Full Rate Production (FRP) 11-12, Depot Maintenance and Repairs, and Demilitarization Preparation. The anticipated contract will be for one base year and one option year. Contract award is planned for the second quarter fiscal year 2014. This requirement includes the hardware manufacture of Canistered Surface Ship Capable, Encapsulated Submarine Torpedo-Tube Launched, and Encapsulated Submarine Vertical Launch Tomahawk Block IV All-Up-Round (AUR) missiles and related hardware/equipment and services. In addition to other related items/services, this may include manufacture of Composite Capsule Launching Systems (CCLS) capsules and SSGN-compatible CCLS retrofit kits; procurement of Special Tooling and Special Test Equipment; procurement of Mid-body Range Safety Systems (M-RSS) and Flight Test Kits; pre-test, test, and post-test support for Flight Testing (FT) and Production Acceptance Testing (PAT); post-production/post-delivery systems engineering, logistics support and emergent systems engineering, studies and other tests; Guidance Test Set (GTS) procurement and upgrades; cost reduction and affordability improvements; obsolescence management, resolution, and implementation of obsolescence solutions for Tomahawk Block IV AUR missile hardware and associated systems and equipment including, but not limited to, RSS Kits, Flight Kits, CCLS, and associated tooling and test equipment; repair of CCLS capsules; refurbishment of Functional Ground Test (FGT) missiles and Block IV PAT missiles; refurbishment and repair of Government Furnished Property (GFP); Demil Prep and/or Cannibalization of Block II/III/IV AURs; post flight operations, decon and store; flight abort/anomaly/failure investigations and analysis; unscheduled maintenance or 'over and above' work for all missile variants and repair of components (not covered under the Block IV production warranty); spares and/or replacement components, including rotable pool assets; maintenance and support of the GTS, GFP, Hardware-in-the-Loop (HWIL) i.e., labs, Special Tooling, and Special Test Equipment; simulations and maintenance of simulation software and data; repair and upgrade of Government test/support equipment hardware/software; magazine storage; Service Life Assessment Program; technical and administrative data and documentation; preparing and conducting training courses; related Engineering Support Services; integrated logistics services and other related effort. NAVAIR intends to award this effort to Raytheon Missiles Systems (RMS), P.O. Box 11337, Tucson, AZ 85734-1337 (Point of Contact for Small Businesses interested in subcontracting - Karen Spencer - (520) 663-6934). Since 1994, RMS has been the sole developer, designer, and manufacturer for the Tomahawk Land Attack Missile. RMS solely possesses the current configuration and manufacturing data for the Tomahawk Block IV missile, and is the only source capable of meeting scheduled thresholds for Fleet load outs of the Tomahawk Block IV missile. RMS maintains and controls both the Level III technical data package (TDP) and the manufacturing documentation for the Block IV AUR. TDPs adequate for competition of both the Block IV AUR missile and Depot were not procured by the Navy. Because a detailed knowledge and expertise of the Tomahawk Block IV missile is required to conduct tasking under this contract, RMS is the only known source capable of accomplishing this requirement in the required timeframe and without duplication of costs. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-R-0092/listing.html)
- Place of Performance
- Address: Raytheon Missile Systems, Tucson, Arizona, 85734, United States
- Zip Code: 85734
- Zip Code: 85734
- Record
- SN02823796-W 20120803/120802000736-1346d1833e43e95a5759b52e1d2894ce (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 |