Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2016 FBO #5271
SOLICITATION NOTICE

14 -- Advanced Medium Range Air to Air Missile (AMRAAM) Cybersecurity Requirement - Redacted J&A

Notice Date
4/27/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBAK - Eglin, 207 W D Ave, Bldg 349, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8675-15-C-0022P00033
 
Archive Date
5/26/2016
 
Point of Contact
Camille R. Mullis, Phone: 8508830640, Jeffrey B. Mixson, Phone: 8508830281
 
E-Mail Address
camille.mullis.1@us.af.mil, jeffrey.mixson@us.af.mil
(camille.mullis.1@us.af.mil, jeffrey.mixson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Justification & Approval (J&A) Sole Source HARM Targeting System Redacted Justification & Approval (J&A) Sole Source AIM-120 Development Redacted Justification & Approval (J&A) Sole Source Production Lots 28-30 The Air Force Life Cycle Management, Air Dominance Division, AMRAAM Production and Sustainment Branch, intends to solicit and award a sole source contract under the authority of FAR 6.302-1 to Raytheon Missile Systems, 1151 E Hermans Road, Tucson, AZ, 85756, to perform services to support the AMRAAM and HTS Test Equipment Hardware/Software Update. The effort includes updating software on AMRAAM and HTS test-equipment to address cybersecurity and end-of-life operating system issues. The only known responsible source that can satisfy this requirement is Raytheon Missile Systems because they possess the required type of special test asset knowledge necessary to upgrade the specific AMRAAM/HTS production and sustainment hardware/software. Additionally, RMS has the specific knowledge of how the hardware/software upgrades will affect current production/sustainment efforts from a technical and schedule risk standpoint. This contract is anticipated to be awarded in two phases. The first phase will have a 16 month period of performance and will determine what equipment needs to be modified and establish a plan for implementation. The second phase will be execution of the plan. These requirements are currently covered under the AMRAAM and HTS approved J&A's attached to this notice. FAR 5.207(c)(16)(ii) requires that all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All responses must be received 15 calendar days after the date of post. AFFARs 5352.201-9101 is applicable to this procurement. The AFLCMC Ombudsman is Ms. Jill Willingham, AFLCMC/AQP, 1790 10 th Street, Building 572 Room 209B, Wright-Patterson AFB, OH 45433, (937) 255-5472, jill.willingham@us.af.mil. Communication concerning this acquisition should be directed to Jeffrey Mixson, Contracting Officer, at (850) 883-0281 (jeffrey.mixson@us.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f953cd489bb725809732b4ba6ec48c59)
 
Place of Performance
Address: 1151 E Hermans Rd, Tucson, Arizona, 85756-9367, United States
Zip Code: 85756-9367
 
Record
SN04097516-W 20160429/160427234808-f953cd489bb725809732b4ba6ec48c59 (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.