Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2022 SAM #7502
SOURCES SOUGHT

14 -- AGM-88 Series Guided Missile Fuze Production

Notice Date
6/13/2022 9:39:24 AM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-PMA-242-0004
 
Response Due
6/28/2022 3:00:00 PM
 
Point of Contact
Lee Ann Frayser, Kathryn L Volpe
 
E-Mail Address
lee.a.frayser.civ@us.navy.mil, kathryn.volpe@navy.mil
(lee.a.frayser.civ@us.navy.mil, kathryn.volpe@navy.mil)
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL AND IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE FIRMS CAPABLE OF PROVIDING THE HARDWARE DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION Naval Air Systems Command (NAVAIR), Direct and Time Sensitive Strike Program Office (PMA-242) at Patuxent River, MD announces its intention to procure up to a total of 5,000 new fuzes.� NAVAIR is conducting Market Research for the efforts required to produce/manufacturer a replacement for the legacy FMU-111/B Guided Missile Fuze in support of the AGM-88 series weapon system. The projected timeframe for this effort is FY24. BACKGROUND The High-Speed Anti-Radiation Missile (HARM), Advanced Anti-Radiation Guided Missile (AARGM), and HARM Control Section Modification (HCSM) AGM-88B/C/E/F variants have been in service since the 1980s and all encompass the FMU-111/B Fuze. The Programs have been seeing progressive degradation in the fuze, which has the potential to result in early/late arm time and/or fuze malfunction.� Redesign, modification, or procurement of a new fuze will provide the HARM, AARGM and HCSM Weapon Systems a solution to resolve age and environmental degradation issues reducing the risk for potential early/late arm time or an interruption of the arming sequence due to an internal mechanical malfunction for the United States Navy (USN), United States Air Force (USAF), Italy Air Force (ItAF) and Foreign Military Sales (FMS) partners. The purpose of this sources sought is to inquire whether the below requirement and specification can be met. ANTICIPATED PERIOD OF PERFORMANCE The anticipated delivery date for an initial QTY of 500 fuzes is no later than 10 months after contract award. �The total QTY of 5,000 fuzes will be delivered no later than 5 years after contract award. If modifications to the period of performance are required, include the revised performance schedule in your response. REQUIREMENTS The fuze shall be a form, fit, and function replacement for the legacy FMU-111/B Guided Missile Fuze.� The fuze shall meet all of the electronic, mechanical, and explosive interfaces and functions that the legacy fuze meets when installed into AGM-88 series weapon systems. �The fuze, when installed in the WAU-7/B or the WAU-27/B warhead, and in the missile, shall complete the intended mission specified by the user. The fuze shall also have a conformal coating preventing the growth of tin whiskers. FUNCTIONAL DESIGN The fuze shall be integrated with the inherent capability to prevent unintended and premature initiation of both the WAU-7/B and WAU-27/B warheads when used in the missile.� The fuze is also intended, when used with the MK 44 MOD 1 booster, to provide for reliable initiation of both the WAU-7/B and WAU-27/B warheads under the following conditions: 1) Missile impact with the target, and 2) When commanded by the missile. The major objective of the fuze effort is to acquire a qualified fuze that can be safely employed, transported, and stored in conjunction with land and sea host stations, and host aircraft (F/A-18A+/C/D/E/F, EA-18G, Tornado, EA-6B, F-15 and F-16).� Prior to operational use, the fuze will be tested, safely stored, transported worldwide, assembled into a weapon, loaded onto an aircraft as part of a weapon system, and flown during captive carriage without release. CAPABILITY DESCRIPTION The proper sequence of events is defined in the following order: launch acceleration, safe separation, and a fire pulse from the missile Target Detector (TD) or a signal from a target impact sensor.� Upon a correct sequence, the fuze shall initiate the booster and the warhead.� The fuze arms once the missile has left the launcher and has traveled a safe distance from the launch aircraft.� Booster initiation occurs either when the fuze receives a fire pulse from the missile (missile reaches the correct position over the target) or when target impact occurs (sensed by an internal impact sensor switch).� ALTERNATIVE DESIGN If the above requirement cannot be met as specified, the response shall include what can be produced as a new or modified viable design that would still meet form, fit, and, function. PRODUCTION CAPABILITY It is to be understood that the interested party will be able to mass produce the fuze to meet the inventory requirement.� If this requirement cannot be met, the party will not be considered. FOLLOW-ON LIVE DEMONSTRATION Based upon the responses received from this notice, it is the Government�s intention to hold a Live Demonstration at a pre-determined Government location, with a follow-on presentation of the product(s) capabilities and technical implementation.� A future notice will be provided via Sam.gov providing the demonstration date and location. ELIGIBILITY The Applicable North American Industry Classification System (NAICS) code for this requirement is 332994 with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1420. The result of this Sources Sought will be utilized to determine if the required suppliers or services exist in the marketplace and if any Small Business Set-Aside opportunities exist.� All Small Business Set-Aside categories will be considered.� SUBMITTAL INFORMATION Interested persons may submit a Capability Statement package identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 working days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company delivered supplies of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to provide the supplies? If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 points Times New Roman.� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information no later than 15 working days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions shall include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of contact information shall include name, position, phone number, and email address. Acknowledgment of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions shall be clearly marked with the following caption: Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If an interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Lee Ann Frayser at lee.a.frayser.civ@us.navy.mil & Kathryn Volpe at kathryb.l.volpe2.civ@us.navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Lee Ann Frayser & Kathryn Volpe, will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f413df28cd2465981f19ae5e3a0ee28/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06356754-F 20220615/220613230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.