|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1995 PSA#1296Aeronautical Systems Center, Weapons, Airbase, and Range Product
Support Office, (ASC/VXBK), 102 West D Avenue Suite 168, Eglin AFB FL
32542-6807 13 -- FMU-152/B JOINT PROGRAMMABLE FUZE POC Ms Judith Gibson, Contract
Specialist, (904) 882-8787, ext 3034, or Major Russell S. Reed,
Contracting Officer, (904) 882-8787, ext 3069. FMU-152/B Joint
Programmable Fuze-The Weapons, Air Base and Range Product Support
Office, Projects Division plans to establish prices for a low rate
initial production (LRIP 2) unpriced options on the FMU-152/B
Engineering and Manufacturing Development contract F08626-93-C-0022 for
approximately 2000 FMU-152/B fuze systems. The FMU-152/B is an advanced
fuze system which will provide safing, in-flight cockpit selection, and
multifunction and multidelay arming and fuzing functions with hardened
target penetration capability for Air Force and Navy use in a variety
of warheads and missions. The FMU-152/B fuze system includes a fuze
with an out-of-line safe and arm (S&A) feature, a FZU-55/B
turbine/alternator power supply, associated power and interconnect
cables, and a fuze retainer. The production of the FMU-152/B fuze
system requires a substantial initial investment and an extended period
of preproduction before manufacture. The FMU-152/B will support the
Joint Direct Attack Munition (JDAM) program as well as existing
inventory weapon systems. The Technical Data Package (TDP) for the
FMU-152/B will not be available until approximately April 1997. The
LRIP 2 will become a priced option by Feb 1996, and will be exercised
by approximately March 1997. The delivery of the fuzes will be required
in March 1998 through March 1999. The Air Force plans to establish
prices for LRIP 2 options for a quantity of approximately 2000 fuzes
and procure the LRIP 2 fuzes on the FMU-152/B EMD contract with
Motorola, Scottsdale AZ on a sole source basis IAW FAR
6.302-1(a)(2)(ii) (See numbered Note 22). The limited quantity of this
LRIP 2 buy will be used to verify the technical data package and fuze
system producibility. The limited quantity is insufficient to warrant
the added expense of conducting a separate full and open competition
to qualify a new source. Interested firms with the ability to
demonstrate through testing a fuze system capability which meets the
FMU-152/B system specification requirements, meet minimum acceptable
operational performance requirements, the ability to perform the
FMU-152/B LRIP 2 production, and meet the required delivery schedule
may respond with a statement of capability IAW Numbered Note 25.
Responses will be evaluated based upon knowledge of the FMU-152/B fuze
system and the capability to produce and deliver a qualified fuze
within the required delivery schedule. Responses to this synopsis
should be received within 15 days of the publication date of this
synopsis. Firms responding to this notice should indicate whether they
are a small or small disadvantaged business IAW FAR 52.219-1 and DOD
FAR 52.219-7000. Responding firms must have a secret level security
clearance, and be export controlled certified, IAW DOD 5230.25. Export
control certification may be obtained through the Defense Logistics
Service Center, Battle Creek, MI 49016-3412, telephone number
1-800-352-3572. This is not a Request For Proposal (RFP) or an
Invitation for Bid (IFB) and is not to be construed as a commitment by
the government. An Ombudsman has been established for this
acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from potential offerors when an offeror
prefers not to use established channels to communicate his/her concern
during the proposal development phase of this acquisition. Potential
offerors should use established channels to request information, pose
questions, and voice concerns before resorting to use of the Ombudsman.
Potential offerors are invited to contact ASC's Ombudsman, Colonel
Daniel M. Tibbetts, ASC/SK, 205 West D Ave, Suite 318, Eglin AFB FL
32542-6865, (904) 882-9051, with serious concerns only. Direct all
requests for solicitations and routine communication concerning this
acquisition to Judith Gibson, Contract Specialist, (904) 882-8787, ext
3034, or Major Russell S. Reed, Contracting Officer, (904) 882-8787,
ext 3069, Building 11, 102 West D Avenue, Suite 168, Eglin AFB FL
32542-6807. For technical information contact Mr. Joe Renshaw, Program
Manager, ASC/LIW-A, (904) 882-4361 ext 3197. (0061) Loren Data Corp. http://www.ld.com (SYN# 0211 19950303\13-0001.SOL)
13 - Ammunition and Explosives Index Page
|
|