Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2024 SAM #8381
SOLICITATION NOTICE

J -- Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE) - Contractor Logistics Support (CLS) and Production

Notice Date
11/5/2024 6:50:06 AM
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA8533 AFLCMC WNKAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8533-25-R-0001
 
Response Due
11/20/2024 12:00:00 PM
 
Archive Date
12/05/2024
 
Point of Contact
Ashley Wynn, Benjamin Wilton
 
E-Mail Address
ashley.wynn.1@us.af.mil, benjamin.wilton@us.af.mil
(ashley.wynn.1@us.af.mil, benjamin.wilton@us.af.mil)
 
Description
This notice is to provide information about a requirement to provide new production requirements and Contractor Logistics Services (CLS) required to sustain the Common Munitions BIT/Reprogramming Equipment (CMBRE) Systems to include the capability to repair CMBRE systems, provide consumable production, parts production, sustaining engineering, program management, and maintain cyber security requirements.� The contractor shall furnish all material, support equipment, tools, test equipment, and services.� The contractor will be responsible for providing, maintaining, and calibrating all support equipment at their facility or a subcontractor�s facility.� Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts.� The CMBRE system consists of the CMBRE Plus (NSNs 6625-01-535-4586 and 6625-01-654-1986) along with adapter units (ADUs) and all associated cables.� Specifically, the CMBRE Plus consists of three cables: Test Adapter Unit (TAU) case, Controller Unit Test case, and The CMBRE Accessory Kit case. In addition, the ADU-891 consists of two cases: one case houses a switchbox and munitions unique interface cable, and the other case holds the remaining munitions unique interface cables.� The ADU-890 is a single case containing a switchbox and munitions unique interface cable.� The CMBRE systems are used in weapons build-up areas by the United States Air Force (USAF), United States Navy (USN), and numerous foreign military forces.� All CMBRE Interface Test Adapters (ITA), Initial Spare Kits, ADU-891 Conversion Kits, and all associated cables will be covered under this strategic contract. For the production portion of the contract, the supplier must provide the following:� ADU-890/E (NSN 6625-01-533-0798), ADU-891(V)1/E (NSN 6625-01-543-8090), ADU-891(V)3/E (NSN 6625-01-561-0677), ADU-891A(V)2/E (NSN 6625-01-638-6914), CMBRE initial spares kits, and assorted items belonging to the CMBRE configuration. For the Contractor Logistics Support (CLS) service portion of the contract, the supplier must provide Program Management, Technical Support, Depot Level Repair, Engineering Services for Obsolescence Mitigation, meet and assist with cybersecurity of the CMBRE system, and as-needed and per Government request, development and implementation of FMS Familiarization & Fault Isolation Courses. This Indefinite Delivery, Requirements type contract will include a basic twelve (12) month period of performance with four (4) twelve month option periods.� Per FAR Clause 52.217-8, Option to Extend Services against applicable orders will also be included.� Quantities are based on Best Estimated Quantities (BEQ). Destination and delivery requirements are to be determined (TBD) and will be cited with the issuance of individual task/delivery orders. The approximate Solicitation issue date is 20 November 2024.� The Solicitation will be posted to SAM.gov website.� Electronic procedure will be used for this solicitation at SAM.gov | Home.� No telephone requests will be honored and no hard copies will be mailed out. This is a sole source requirement per FAR 6.302-1.� Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� This requirement will be purchased from Northrop Grumman Systems Corporation (NGSC), CAGE: 1LTU5.� Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.� The Government does not own the data for these items.� No technical data is available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9cfe944c8a34bfdbcf05084b144be22/view)
 
Place of Performance
Address: Warner Robins, GA, USA
Country: USA
 
Record
SN07257081-F 20241107/241105230100 (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.