COMMERCE BUSINESS DAILY ISSUE OF MARCH 20, 2001 PSA #2811
SOLICITATIONS
10 -- DSU-33B/B PROXIMITY SENSORS
- Notice Date
- March 16, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- Reference-Number-WMGK-01-DSU-33B-B
- Response Due
- April 2, 2001
- Point of Contact
- Kurt Buchanan, Contract Specialist, Phone 850-882-8515x2243, Email buchanak@eglin.af.mil -- Ouida Winters, Contracting Officer, Phone (850)882-8515 ext 2007, Fax (850)882-0877, Email ouida.edwards@eglin.af.mil
- E-Mail Address
- Kurt Buchanan (buchanak@eglin.af.mil)
- Description
- The Precision Strike System Program Office (WMG), Contracting Directorate (WMGK), Air Armament Center (AAC), Eglin AFB FL plans an acquisition to procure and support DSU-33 proximity sensor units beginning in FY02 through FY07. Potential offerers will be required to compete to provide sensors which must meet the requirements of a Performance Specification and Interface Control Document. Building to the current DSU-33 B/B Technical Data Package is not required, but is not excluded. The procurement is open to all qualified contractors. A final decision has not been reached at this time regarding foreign source participation and the Government reserves the right to include or exclude foreign sources at a later date. Award is anticipated for December 2001. Approximately 1,000-12,000 DSU-33 units (various configurations) may be procured for the Air Force, Navy and potential Foreign Military inventories within the first year of contract award. Additional quantities of 1,000-12,000 units per year may be procured as yearly priced options through FY07. The DSU-33 must function for General Purpose bombs, such as the M117 and MK 80 series, in both high and low drag configurations, and for JDAM weapons. These bombs have fuze systems, such as the FMU-139/B, FMU-139B/B, FMU-139A/B and FMU-152/B, to which the DSU-33 will be required to provide a sensor fire pulse for bomb detonation. The fuze and sensor will be initiated via either the FZU-48 or the FZU-55/B in the Air Force configuration, or the Fuze Function Control Set in the Navy configuration. The sensor shall be qualified (certifiable) for use on the following aircraft and each of their series: Marine AV-8, Navy/Marine F/A-18, and Air Force A-10, F-15, F-16, F-22, F-111, B-52, B-1 and B-2. The current DSU-33 B/B sensor provides a Doppler radar proximity function. A DSU-33 B/B Technical Data Package, DSU-33B/B Performance Specification, and DSU-33 B/B Interface Control Document are available by contacting the Contracting Officer or the Contract specialist shown below. Any variations from the DSU-33 B/B TDP may require qualification testing. Additional costs required by the Government to qualify and/or certify a DSU-33 variant will be included in the contract evaluation process for determining the total procurement cost. This synopsis is not a Request for Proposal or an Invitation for Bid and is not to be construed as a commitment by the Government. All responses to this synopsis shall be evaluated in the following areas: 1) Demonstrated technical knowledge of proximity sensor requirements for operational performance, interface requirements for JDAM and other munitions/general purpose bombs, interface requirements for required US and Allied aircraft, and system safety requirements; 2) Adequate production facilities and production capabilities to produce and assemble proximity sensor hardware; 3) Ability to perform acceptance and other required tests of the proximity sensors in accordance with Contractor developed and Government approved plans; 4) Ability to deliver qualified sensors in accordance with production schedule; 5) Due to the extended period of performance of this contract, responses shall also be evaluated on the contractor's ability to perform system engineering product improvements over the life of the contract resulting from issues such as, but not limited to: parts obsolescence, evolving technologies, countermeasures, and form/fit issues for potential new weapon systems; and 6) Ability to incorporate flexible manufacturing processes to accommodate quantity fluctuations from year to year. Acquisition will be oriented toward an estimated total purchase of 72,000 units and postured toward a "buy to budget" or "variation in quantity" pricing methodology. Responders to this synopsis will not be provided the results of the government evaluation of their qualifying package. Responses to this synopsis should be submitted for receipt by the Government within 15 days of the publication date and must state whether the potential source is a small business concern IAW FAR 52.219-1. The NAIC Code/Size Standards is 332995/500 employees. We anticipate a full and open competition, however the Government reserves the right for a small business set-aside. Responding firms must have a secret level security clearance and be export control certified, IAW DoD 5230.25. Export control certification may be obtained through the Defense Logistics Services Center, Battle Creek MI 49016-3412, telephone number 1-800-352-3572. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates 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 may call Dr. Mario Caluda, at (850) 882-5558 or e-mail: caluda@eglin.af.mil with concerns. For technical information on this synopsis, contact AAC/WMGS (Kevin Morgan, 850-882-9514, ext 3204). For contracting questions or submission of a qualification package, contact AAC/WMGK (Ouida Winters, Contracting Officer, 850-882-9514 ext 2007, or Captain Kurt Buchanan, Contract Manager, 850-882-9514 ext 2243 or Fax 850-882-0877). Collect calls will not be accepted. See Numbered Note 26.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-WMGK-01-DSU-33B-B&L=1182)
- Record
- Loren Data Corp. 20010320/10SOL002.HTM (D-075 SN50G4E1)
| 10 - Weapons Index
|
Issue Index |
Created on March 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|