Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SPECIAL NOTICE

13 -- QF-16 Warhead Fuze Booster

Notice Date
2/4/2016
 
Notice Type
Special Notice
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBYK - Eglin, 314 Choctawhatchee Ave, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
QF-16WarheadFuzeBooster
 
Archive Date
3/22/2016
 
Point of Contact
Maurice Meadows, Phone: 8508853392, Joseph P. O'Gallagher, Phone: 8508833476
 
E-Mail Address
maurice.meadows@us.af.mil, joseph.ogallagher@us.af.mil
(maurice.meadows@us.af.mil, joseph.ogallagher@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION for QF-16 Warhead Replacement Program In Support Of QF-16 Flight Termination System THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This notice serves as a Sources Sought Synopsis (SSS) for the QF-16 Full Scale Aerial Target (FSAT) Warhead Replacement Program. This sources sought is a market research tool to gain knowledge of potential vendors, which will be used for acquisition planning purposes. This is not a request for proposal and shall not be interpreted as a commitment by the Government. Participation is strictly voluntary; the government does not intend to award a contract on the basis of this market research and will not reimburse any costs associated with providing information in response to this market research. The North American Industry Classification System (NAICS) code assigned to this acquisition is 332993 with a size standard of 1,500 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Not that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. As directed by the Foreign Disclosure Office, Eglin AFB, FL, no foreign participation is allowed for this acquisition. The Air Force Life Cycle Management Center Aerial Targets Program Office, AFLCMC/EBYA, Eglin AFB FL, is currently conducting market research seeking potential sources, including small businesses (SB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing a replacement warhead for the QF-16 Flight Termination System (FTS). A Key System Attribute (KSA) requirement of the QF-16 is to have the capability to terminate aerodynamic flight when necessary, both line-of-sight and over-the-horizon. Currently, the QF-16 FTS uses a repurposed MK-35 fuze booster to initiate the explosion of a MK-8 warhead to destroy the QF-16. A finite supply of MK-8 warheads and MK-35 fuze boosters exist, which poses an eventual Diminishing Manufacturing Sources (DMS) issue for the QF-16 program. Through normal production and attrition, the QF-16 Program Office estimates that the existing supply of MK-35 fuze boosters will be exhausted by the end of FY22. The QF-16 Program Office is seeking a capable manufacturer to design, qualify and produce replacements for the MK-35 fuze booster and MK-8 warhead. Explosive components need to be delivered NLT fourth quarter of FY22. Requirements: •1. The vendor will be responsible for producing replacements for the MK-35 fuze booster and MK-8 warhead. The vendor may choose to design, test, and produce any type of warhead and fuze booster, as long as it adheres to the requirements listed in paragraphs 2a through 2h, below. The warhead may have a separate fuze booster like the current system or may be designed to be initiated without a separate fuze booster. Further, the vendor can propose a design which replaces all explosive components comprising the FTS explosive train, except the Safe and Arm Device (SAD), as long as all requirements listed below in paragraphs 2a through 2h are met. •2. The vendor shall provide a Rough Order of Magnitude (ROM) estimate to design, qualify and produce 91 explosive assemblies that adhere to the requirements listed in paragraphs 2a through 2h below. Delivery of these fully qualified and installation-ready warhead assemblies shall be NLT fourth quarter of FY22. •a. Targeted Quantity: 91 explosive assemblies (number and schedule subject to change) •b. The vendor shall be familiar and comply with the following instructions, manuals and standards for safe handling, storage and transportation of the warheads: •1. AFI 21-201 (Management and Maintenance of Non-Nuclear Munitions) •2. AFMAN 91-201 (Explosive Safety Standards) •3. DoD 6055.9M (DoD Ammunition and Explosive Safety Standard) •c. Explosive shelf life of replacement components must be no less than ten (10) years from the date of manufacture, but preferably longer. Marking and ammunition data cards must be in accordance with (IAW) MIL-STD-130 (Identification Marking of U.S. Military Property) and MIL-STD-1168C (Ammunition Lot Numbering and Ammunition Data Card). •d. Explosive force and blast pattern shall immediately terminate aerodynamic flight of the QF-16 under all flight conditions. •e. All FTS explosive components shall be RCC-319-07 (Flight Termination Commonality Standard) compliant as verified through Government approved development, qualification and Lot Acceptance Testing (LAT). The number of explosive assemblies stated in paragraph 2 does not account for LAT or qualification testing IAW RCC-319-07. •1. The definition of the FTS ordnance path is given in RCC-319-07, paragraph 3.11. •2. Performance requirements for the Explosive Transfer System (ETS) are specified in RCC-319-07 paragraph 3.24. •3. Performance requirements of the warhead/destruct charge are specified in RCC-319-07 paragraph 3.25. •4. A static destruct test with the warhead and F-16 will satisfy the RCC-319-07 paragraph 3.25.4 requirement and generate the debris field data necessary to build the ground footprint associated with flight termination. •5. If the Warhead Adaptor Assembly is replaced, it is categorized as a manifold by RCC-319-07. •6. ETS, manifold and warhead/destruct charge test and analysis requirements are given in RCC-319-07 paragraph 4.33. Testing requirements are in RCC-319-07 tables 4.33-1 thru 4.33.3. Any tailoring done for legacy components will not be considered a New Development effort, by default. The vendor must request and prove its own tailoring. •7. Ordnance interfaces and manifold qualification requirements are given in RCC-319-07 paragraph 4.34. •8. The gap testing option in RCC-319-07 paragraphs 4.34.3 and 4.34.4, textbox item 2.c is not accepted by Eglin Range Safety. The Contractor shall either select option a or b in the textbox. •f. A key RCC-319-07 requirement is the elimination of single-point failures. As with the current design, the replacement FTS explosive components shall provide a redundant explosive transfer system interface. The current FTS design includes two (2) shielded mild detonation cord lines that are each capable of initiating the fuze booster and warhead (refer to Figure 1 of this sources sought). The replacement explosive component(s) must interface with the existing SAD and produce two (2) independent paths to initiate the warhead. •g. The Government will conduct a Manufacturing Readiness Assessment (MRA) of the Contractor's facility. The Contractor must achieve a Manufacturing Readiness Level (MRL) of 8 prior to delivery of the first Lot. •h. The Government will conduct a Technical Readiness Assessment (TRA) of the Contractor's design. The Contractor must achieve a Technical Readiness Level (TRL) of 8 prior to delivery of the first Lot. Potential offerors who have the capability to meet the performance and schedule requirements outlined above are invited to submit a Statement of Capability (SOC). The SOC shall be limited to 15 pages and address the following: •1. Summarize overall capabilities considering the criteria above. •2. Summarize the specific capabilities and facilities that would be used for this production effort. Include the capabilities and required certifications for the test facilities that would be used to conduct the RCC-319-07 compliant qualification tests. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open completion or as a set-aside for small business, or any particular small business program. Responses may be submitted electronically to the following email address: joseph.ogallagher@us.af.mil. All correspondence sent via email shall contain a subject line that reads, "FA8678 Warhead Fuze Booster." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowed and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON are requested by 3:00 PM CDT ON 7 MARCH 2016. Points of Contact for this effort are Mr. Maurice Meadows, Contract Specialist, (850) 885-3392, email: maurice.meadows@us.af.mil or Mr. Joseph O'Gallagher, Contracting Officer, (850) 883-3476, email: joseph.ogallagher@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/485f6f988f5e638323316bc4f3f2dda1)
 
Record
SN04010688-W 20160206/160204235453-485f6f988f5e638323316bc4f3f2dda1 (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.