Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2024 SAM #8360
MODIFICATION

J -- USAF and Foreign Military Sales (FMS)/DoD Precision Attack SNIPER, Infrared Search and Track (IRST), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Production and Sustainment Support

Notice Date
10/15/2024 4:21:49 PM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8540 AFLCMC WNKE ROBINS AFB GA 31098-1663 USA
 
ZIP Code
31098-1663
 
Solicitation Number
FA8540-25-R-0001
 
Response Due
12/30/2024 12:30:00 PM
 
Archive Date
01/14/2025
 
Point of Contact
Ashley Davis, Shameka Schley
 
E-Mail Address
ashley.davis.53@us.af.mil, shameka.schley@us.af.mil
(ashley.davis.53@us.af.mil, shameka.schley@us.af.mil)
 
Description
This contract supports both USAF and Foreign Military Sales (FMS) Sniper ATP, Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Navigation Pods and kits, and Infrared Search and Track (IRST) Pods requirements for Production and Sustainment. The requirements under this contract are expected to be predominantly in support of FMS. The statutory authority for this requirement permitting other than full and open competition is both FAR 6.302-1 -10 U.S.C. 3204(a)(1), Only One Responsible Source - No other supplies or services will satisfy agency requirements (for the USAF portion of this effort) and FAR 6.302-4 International Agreement for the FMS portion of the contract. �Lockheed Martin Missiles and Fire Control (LMMFC), cage code�04939, is the one and only supplier of the Sniper ATP, LANTIRN, and IRST systems for production and sustainment. � The resultant contract will be awarded as a Requirements Contract with provisions for Firm-Fixed Price (FFP), Cost-Reimbursable No Fee (CRNF), and Cost Plus Fixed Fee (CPFF) Contract Line Items (CLINs). �It will consist of a three (3) year base ordering period with one (1) four-year option. This option extends the requirements contract ordering period by another four (4) years upon its exercise for an overall 7-year effective ordering period for issuance of delivery/task orders. The overall period of performance with the potential exercise of FAR 52.217-8, Option to extend Services, against individual task orders is 7 years and 6 months. � The production activities will include management, fabrication, upgrade/retrofit, integration support, testing and shipping of Sniper ATP system(s). The sustaining activities shall include but are not limited to accomplishing Line Replaceable Units (LRU) Depot-level Repair and Return, Data, Program Support, Depot Lay-In, Program Reviews, and On-Call Technical Support. �OMBUDSMAN: All potential offeror(s) should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If the contracting officer does not satisfy your concerns, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concern, issues, disagreements, and recommendations to appropriate government personnel. When requested, the Ombudsman will 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. When appropriate potential offeror(s) may contract Ombudsman Thomas (Tom) Eller, D.B.A. at 478-222-3153. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. The following Contract Line Items (CLINs) will be awarded on the basic contract/instant action in Schedule B: X001�� �Production - Sniper ATP Pods (FFP) X005�� �Production - Sniper ATP Pods Container (FFP) X008�� �Production - Sniper LRU Spares (FFP)�� � � � � � � � � � X012�� �Production � Pylons (FFP) � � � � � � � � � � � � �� X016�� �Production - Sniper Standard Software & Integration (FFP) X022�� �Production - Integration Test Event-1 week w/Travel CONUS (CRNF)�� � X023�� �Production - Integration Test Event-1 week w/Travel OCONUS (CRNF) X024�� �Production - Integration Test Event - Without Travel (FFP) X027�� �Production - Site Survey (FFP) X032�� �Production - User Familiarization/Refresher Events � OCONUS (FFP) X033�� �Production - CSTOs - Initial Delivery (FFP) X034�� �Production - CSTOs � Update (FFP) X035�� �Production - Sniper O-Level Support Equipment (FFP) X040�� �Production - Sniper Bench Stock (FFP) X045�� �Production - User Familiarization Training � CONUS �(FFP) X046�� �Production � Program Support (Sniper, LANTIRN and IRST) (FFP) X048�� �Production - PMR Travel CONUS (CRNF) X049�� �Production - PMR Travel OCONUS�� �(CRNF) X084�� �Production & Sustainment - Standard Data�� �(NSP) Please refer to Attachment 1 as those CLINs will be attached to the contract as To-Be-Negotiated and/or Reserved CLINs and will be negotiated and awarded as requirements generate. � Please refer to Attachment 2 as those Sustainment CLINs will be priced and incorporated into the contract prior to the start of 31 Mar 2027. There is currently pricing for Sustainment through this date.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d26aabc0a91a4ddbbd971b69d7a67967/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07239985-F 20241017/241015230103 (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.