Search Contract Opportunities

Joint Programmable Fuze (JPF) Interim Production Contract   2

ID: FA868116R0012 • Type: Sources Sought

Description

SOURCES SOUGHT SYNOPSIS - FMU-152A/B Joint Programmable Fuze Interim Contract - The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division, Fuze Branch (AFLCMC/EBDZ), Eglin AFB FL, is conducting market research in preparation for a new contract to be awarded in FY17 for a basic production effort and two production options of FMU-152A/B systems for USAF and Foreign Military Sales (FMS). The purpose of this contract is to ensure continued fuze production to help reduce the inventory deficit between the end of the current FMU-152A/B production contract (FA8681-13-C-0029) and the Navy's FMU-139D/B production deliveries. The FMU-152A/B contract's additional production options will only be exercised if there are delays with the FMU-139D/B production that would result in a gap in fuze deliveries. The Air Force's acquisition strategy for this contract is to begin deliveries in October 2017.

The FMU-152A/B is a multifunction, multi-delay tail fuze system with hardened target capability for use in general purpose and penetrating unitary warheads. The FMU-152A/B operates with a wide variety of guidance kits, high and low drag fins, and with all configurations of the DSU-33 proximity sensor to provide an airburst capability. When used with the Joint Direct Attack Munition (JDAM), the FMU-152A/B operating mode and other settings may be selected in flight from the cockpit through a serial RS-422 interface between the weapon and fuze. The FMU-152A/B system includes the fuze, cable, FZU-63 fuze bomb initiator and retaining ring. This contract will also include trainers, spares, instrumented fuzes, and non-warranty support.

Potential offerors would be required to provide a fully qualified FMU-152A/B system that is compatible with the blast/fragmentation (MK-82, MK-83, MK-84, BLU-110, BLU-111, BLU-117, BLU-126, and BLU-129) and penetrator warheads (BLU-109, BLU-113, BLU-122). It must also be compatible for use in all JDAM (GBU-31/32/38/54) and PavewayTM (GBU-10/12/16/24/27/28) weapon system variants as well as in the basic "dumb" bomb configurations (BSU-49/50/85). In addition to weapons compatibility, the FMU-152A/B must be qualified and certified on the following aircraft: B-1B, B-2A, B-52H, F-15E, F-16C/D, F-22, A-10, and MQ-9A.

The contractor will provide adequate production, test, logistics (warranty) support, and containers. The warranty support must cover 200 hours of captive carry time on both fighters and bombers. The contractor must meet the system specifications for both the FMU-152A/B and FZU-63 fuze bomb initiator. The FMU-152A/B system is defined by the System Specification, which is available in an electronic technical library that is accessible to interested sources with the required export control license IAW DoD Directive 5230.25. All FMU-152A/B components will be subject to lot acceptance testing.

The objective of FMU-152A/B production lots is to fabricate a high quality FMU-152A/B that is fully integrated and qualified for employment. Each option delivery must begin NLT 12 months after receipt of order (MARO) and be complete NLT 25 MARO. The current budget profile is unpredictable and subject to change, however, the estimated annual budget for this contract is $47M in FY17, $18M in FY18, TBD in FY19. When the FMU-139D/B production begins, the funds associated with the FMU-152A/B program will be re-directed to the FMU-139D/B contract. The current budget only supports production of FMU-152A/B systems; development funds are not available. As a result, the Government considers system maturity and schedule to be the top priority. The contractor must also have the capacity to produce at a rate of 2080 systems per month.

Interested sources who can meet the performance and schedule requirements outlined above are invited to submit a Statement of Capabilities (SOC). The SOC must include appropriate documentation to demonstrate the following: 1) A schedule for meeting the Government's required production deliveries to begin in December 2017; 2) A manufacturing capabilities description and experience demonstrating the ability to meet delivery schedule and production rate; 3) The technical expertise/experience and support equipment to produce the FMU-152A/B system; 4) The capability to booster explosives and the capacity to store boostered fuzes (not to exceed a quantity of 6000 units for up to 180 days) until FMS countries are able to receive shipments; and 5) Respondent will provide an extended warranty for the FMU-152A/B system. The SOC shall be limited to 25 pages including attachments. This acquisition will be limited to domestic sources. Firms responding to this synopsis should also state whether or not they are a small, small disadvantaged, 8(a), HUBZone certified, woman-owned, service-disabled veteran owned, veteran owned, or minority owned concern as defined in Federal Acquisition Regulation (FAR) 52.219-1. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition shall be 332993 with a size standard of 1,500 employees.

A decision as to whether this acquisition shall be full and open competition, small business set-aside or sole source shall be based on responses to this synopsis and other market research. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP, and is not to be construed as a commitment to contract by the Government. Interested companies must send acknowledgment of intent to submit a statement of capability within 7 calendar days of this announcement and submit the statement of capability within 13 calendar days later or within a total of 20 calendar days of this announcement to Melissa Campbell at AFLCMC/EBDK, 205 West D Ave, Suite 125, Eglin AFB, FL 32542 or to melissa.campbell@us.af.mil. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to appropriate Government personnel. When required, the Ombudsman shall 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. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting POC identified above. The Ombudsman is Ms. Jill Willinghamallen, AFLCMC/AQP, located at WPAFB, OH. She may be contacted via email at jill.willinghamallen.1@us.af.mil or phone number (937) 255-5472. POC for this effort are Melissa Campbell, Contracting Officer, phone (850) 883-3541, email melissa.campbell@us.af.mil or Trisha Brinton, Contracts Specialist, phone (850) 883-1248, email trisha.brinton@us.af.mil.

Overview

Response Deadline
June 2, 2015, 12:59 a.m. EDT Past Due
Posted
May 12, 2015, 4:31 p.m. EDT
Set Aside
None
Place of Performance
AFLCMC/EBDK 205 West D Avenue, Suite 125 Eglin Air Force Base, FL 32542-6864 USA
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
27%
On 5/12/15 AFLCMC Eglin AFB issued Sources Sought FA868116R0012 for Joint Programmable Fuze (JPF) Interim Production Contract due 6/2/15. The opportunity was issued full & open with NAICS 332993 and PSC 10.
Primary Contact
Title
Contracting Officer
Name
Melissa A. Campbell   Profile
Phone
(850) 883-3541

Secondary Contact

Title
Contract Specialist
Name
Trisha A. Brinton   Profile
Phone
(850) 883-1248

Documents

Posted documents for Sources Sought FA868116R0012

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA868116R0012

Contract Awards

Prime contracts awarded through Sources Sought FA868116R0012

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA868116R0012

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA868116R0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFLCMC/PK - Eglin (Legacy)
Source Organization Code
07601742b2dec98f3e4dfeba16ba5ce4
Last Updated
June 16, 2015
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 16, 2015