MODIFICATION
10 -- 500lb Class Precision Guided Munition on F-35 Aircraft
- Notice Date
- 4/10/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- PGMJSFSS
- Archive Date
- 3/25/2017
- Point of Contact
- Jason L. Barnes, Phone: 8508833799, Andrea Matson, Phone: 850-883-4787
- E-Mail Address
-
Jason.Barnes.8@us.af.mil, andrea.matson.1@us.af.mil
(Jason.Barnes.8@us.af.mil, andrea.matson.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Description Notice of Contract Action (NOCA) - AFLCMC/EBDK intends to procure 300 GBU-49 kits for F-35B for the United States Marine Corps (USMC) under contract FA8681-18-C-0010. This contract will be awarded to Raytheon Missile Systems (RMS), 1151 E. Hermans Rd, Tucson, AZ 85756-9367. The estimated value of this contract action is $13.4M. The estimated award date for the contract is 31 May 2018. The anticipated period of performance for this effort is 1 June 2017 through 15 December 2018. RMS used internal company funds to develop the GBU-49 and thus the Government has Limited Technical Data rights. The GBU-49 Technical Data Package (TDP) is comprised of data that defines the GBU-49 including, but not limited to, product definition data, engineering drawings, associated lists, specifications, standards, performance requirements, quality assurance provisions, reliability data, packaging details, and modeling. Since the Government does not possess the necessary rights to the GBU-49 TDP for a competition, RMS is the only company that possesses the unique and highly specialized knowledge, capabilities, and qualifications necessary to produce the GBU-49 and support all logistics activities required for fielding. As the developer and current producer of the GBU-49, RMS is the only company that has the technical expertise, documentation, and detailed knowledge of the GBU-49 (unique technical drawings, design, analysis, reports, unique software, specifications, source code, facilities and tooling, manufacturing process, and maintenance support procedures) to be able to supply the GBU-49 that perform the functions required. The Direct Attack Systems Program Office believes that award to any other source would result in unacceptable delays in fulfilling the USMC's requirements. To meet the time sensitivity of this capability gap, the Government would have to obtain a TDP from RMS. If RMS were to agree to sell a TDP to the Government, the time to negotiate this agreement and receive and validate the TDP would likely be a minimum of 18 months. To then plan and execute a competition for this capability would take a minimum of 24 months. Integration and certification required to verify that an alternate solution met all performance requirements would take a minimum of 24 months. Based on this, a minimum 66 month delay in fielding the required capability would occur which would place the USMC at significantly increased risk of not having an F-35B capable of prosecuting Time Sensitive Moving Targets and providing CAS mission support. Thus, it is imperative the USMC's F-35B have the capability for execution of moving targets in support of the warfighter in theater. Accordingly, based on the above, and the results of the Market Research, the Direct Attack System Program Office (SPO) has determined that RMS's GBU-49 is the only weapon that meets the program's requirements without the USMC experiencing unacceptable delays in fulfilling its requirements in 2018. The purpose of the contract effort will provide production of additional GBU-49 kits to field an interim capability on the F-35B allowing the F-35B to engage moving targets with a non-developmental weapon. Recent and on-going threats have accelerated the need for an F-35B moving target capability into the F-35B aircraft Operational Flight Program (OFP) now. Failure to field a weapon system meeting the stated requirements will lead to an unacceptable gap in the F-35B aircraft's wartime mission to prosecute moving, time- sensitive targets, targets of opportunity, or be able to fully support ground forces in Close Air Support and ground escort roles. The Air Force Life Cycle Management Center (AFLCMC) has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. 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 point of contact identified above. The Ombudsman is Ms. Jill Willingham-Allen, AFLCMC/AQP. She may be contacted at 312-785-5472. Responsible sources may submit a capability statement which shall be considered by the agency. Interested sources must respond in writing with clear and convincing evidence to support their ability to provide the required supplies/services within five (5) business days of this publication. A determination by the Government not to compete this action based on responses received is solely within the discretion of the Government. 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. Responses for this effort shall be submitted to Mr. Jason Barnes, Contract Specialist, phone (850) 883-3799, e-mail: Jason.Barnes.8@us.af.mil, or Mrs. Andrea Matson, Contracting Officer, phone (850) 883-4787, e mail: Andrea.Matson.1@us.af.mil. Place of Contract Performance: Department of the Air Force, Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate's Direct Attack Division (EBD) Eglin AFB, Florida 32542 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c2bede0eb0a3d4f81d46b063a5a1bec3)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04884375-W 20180412/180410230901-c2bede0eb0a3d4f81d46b063a5a1bec3 (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 |