Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2000 PSA #2700
SOLICITATIONS

13 -- PAVEWAY II LASER GUIDED BOMBS

Notice Date
October 3, 2000
Contracting Office
Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825
ZIP Code
84056-5825
Solicitation Number
F42630-00-R-2042
Response Due
November 30, 2000
Point of Contact
Loreta Woodward/Wmk/[801]777-5683, For additional information contact Loreta Woodward/Wmk/[801]777-5683
E-Mail Address
Click Here to E-mail Buyer***** (Loreta.Woodward@hill.Af.Mil)
Description
The Government intends to award a contract with an option for Paveway II Laser Guided Bombs. The work shall be accomplished IAW the Qualification to Bid Plan, The Statement of Objectives, Paveway II Requirements Document, Performance Specification #AS 6192, and Interface Control Documents that describe the general scope, nature, complexity, and purpose of the product to be acquired. Upon contract award, the selected best value contractor will be required to complete additional testing to include but not limited to: demonstration, analysis, environmental testing and additional drop testing. Guided Bomb Units (GBUs) are purchased as kits consisting of one each Computer Control Group (CCG) and one each Airfoil Group (AFG) prepackaged in containers of a specified design. Kits shall be form, fit and function compatible to current existing U.S. Government inventories. The offerors that meet the requirements of the Qualification to Bid Plan by the closing of RFP date, will be permitted to submit proposals in response to the Request for Proposal. An extensive Pre-Production Test program is included in the overall requirements to ensure the product provided by the winning offeror does in fact meet the objective of interchangeability and interoperability with Government existing inventory assets. Through the source selection process, proposals will be evaluated on mission capability, past performance, proposal risk and cost. Based upon these evaluations, the contract will be awarded to the offeror who meets the requirements and provides the best value to the Government. Electronic procedures will be used for this solicitation. All information including the draft and final requests for proposal will be available on the Hill Air Force Base Acquisition Support Division Home Page. The approximate issue/response date for the Request for Proposal (RFP) will be on 31 Oct 00 with a response date of 30 Nov 00. This will ensure that contract award is accomplished by March 2001 to meet the Navy delivery schedule below. The Paveway II web site can be found at: http://contracting.hill.af.mil//html/sourcesought/sshp.htm. Potential offerors may express interest, make comments, and ask questions via electronic mail. Written responses may be sent to the Contracting Officer at OO-ALC/WMK, 6050 Gum Lane, Bldg. 1215, Hill AFB, UT 84056-5825, Attn: Loreta Woodward (801)777-5683, or by E-Mail at loreta.woodward@hill.af.mil. Raytheon Company, Tucson, AZ 85734-1337, Lockheed-Martin, Tactical Defense Systems, Archbald, PA 18403-1598 and Klune Industries, Spanish Fork, UT 84660 have expressed interest. Government is buying to the dollars allocated for this program. Offerors are instructed to propose the maximum production units for the dollars. Total dollars estimated for FY 00: $29,966,000.00 and FY 01: $34,203,000.00. Due to fluctuating budgets, actual dollars may increase or decrease. The US Navy's requirement is for: Item 0001: Pre-Production Articles/Qualification Effort IAW Contractor Generated SOW, Paveway II Requirements Document, Performance Specification #AS 6192 and Interface Control Documents; Qty: 1 LO Item 0002: Production Units; NSN: 1325-01-440-9152; NOUN: MAU-169H/B CCG or IAW Performance Specification #AS 6192 W/Containers; P/N: 3180325-1; QTY: 1600 ea (est); Applicable to GBU-16 Item 0003: Production Units; NSN: 1325-01-048-9811; NOUN: MXU-667/B AFG or IAW Performance Specification #AS 6192 W/Containers; P/N: 576479-1; QTY: 800 ea (est); Applicable to GBU-16 Item 0004: Production Units; NSN: 1325-00-427-9099; NOUN: MXU-650/B AFG or IAW Performance Specification #AS 6192 AFG W/Containers; P/N: 837756-2; QTY: 800 ea (est); Applicable to GBU-12 Item 0005: Technical Data; QTY: 1 LO Item 0006: Administrative/Financial Data; QTY: 1 LO To include all required reports and data Option I 1001: Production Units; NSN: 1325-01-440-9152; NOUN: MAU-169/H/B CCG or IAW Performance Specification #AS 6192 W/Containers; P/N: 3180325-1; QTY: 1940 ea, (est); Applicable to GBU-16 1002: Production Units; NSN: 1325-01-048-9811; NOUN: MXU-667/B AFG or IAW Performance Specification #AS 6192 W/Containers, P/N: 576479-1; QTY: 1940 ea (est); Applicable to GBU-16 1003: Technical Data; QTY: 1 LO 1004: Administrative/Financial Data; QTY: 1 LO To include all required reports and data. Delivery: Pre-Production Articles/Qualification Effort: 12 months after Government approval of Pre-Production Articles/Qualification Effort. Production Units: Begin deliveries 90 days after approval of Pre-Production Articles/Qualification Effort and complete deliveries within 20 months after approval of Pre-Production Articles/Qualification Effort. Destination: McAlester, OK 74501-5000 The approximate issue/response date will be 31 OCT 2000. Electronic procedure will be used for this solicitation. See our Web page. To: Raytheon Company, Tucson AZ. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the 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. Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com
Web Link
Click here to obtain/view solicitation. (http://www.eps.gov)
Record
Loren Data Corp. 20001005/13SOL004.HTM (I-277 SN503356)

13 - Ammunition and Explosives Index  |  Issue Index |
Created on October 3, 2000 by Loren Data Corp. -- info@ld.com