The RFP Database
New business relationships start here

FMU-152A/B Joint Programmable Fuze


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS - The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing a FMU-152A/B Joint Programmable Fuze in support of a Foreign Military Sales (FMS) Contract to be awarded from the Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division, Foreign Military Sales Branch (AFLCMC/EBDI), Eglin AFB FL. 


The market research is in preparation for a contract to be awarded in FY19 for a basic production (Lot 15) and one (1) production option (Lot 16) of the FMU-152A/B systems for Foreign Military Sales (FMS) and potentially United Air Force (USAF) use. The contract has two purposes (1) an interim contract to ensure continued fuze production to fulfill FMS requirements until release of the Navy's FMU-139D/B to all approved FMS countries and (2) an interim contract to allow the flexibility for the USAF to procure FMU-152A/B to mitigate potential shortages in inventory during the initial production of the Navy's FMU-139D/B, if required.  Any potential offeror must be able to begin deliveries of a fully qualified FMU-152A/B no later than July 2020. 


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 shall 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 II (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, F-35, and MQ-9A.

 

The contractor will provide adequate production capability, containers, technical support, spares and trainers.  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 format accessible to interested sources with the required export control license IAW DoD Directive 5230.25.  Offerors must be actively registered in the System for Award Management (SAM) database at web portal www.sam.gov.  Distribution will be made available to Joint Certification Program (JCP) Certified Contractors. As a condition of receiving DOD controlled technical data, the contractor agrees to use the data only in ways mandated by DOD Directive 5230.25 or the TDCR (Technical Data Control Regulations).  For information regarding JCP registration, go to https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. ; A copy of the technical documents are available upon request from to Karen Wagner (email karen.wagner.1@us.af.mil), David Shreve (email clyde.shreve@us.af.mil) and Brian Chisholm (email brian.chisholm.1@us.af.mil). ; Requests for the documents will be made available to qualified respondents for reference only.  Respondents must officially request the documents in writing, via email within 7 calendar days of this announcement.  To validate authorization of documentation release, the e-mail request must include; the company name, mailing address, email address, point of contact, phone number, current Commercial and Government Entity (CAGE) number and System for Award Management (SAM) registration.  The written request must include acknowledgement of the Responder's responsibility under the U.S. export contract laws and regulations.  Upon verification of status and acknowledgement of responsibilities under U.S. export control laws and regulations, the requested technical data will be provided.

 

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 12 months after delivery of first unit.

 

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 United States Government (USG) advise potential offers that funds do not exist for first article testing, qualification, integration and certification.   The contractor must also have the capacity to produce at a rate of a maximum of 2,080 systems per month.  The contractor shall be able to deliver production assets at a full rate by July 2020.

 

All interested vendors shall submit a response demonstrating their capability to provide a fully qualified FMU-152A/B within the delivery schedule at the production rate to the Primary Point of Contact listed below.  Proposals are not being requested or accepted at this time.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.  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 2020;

 

2) A manufacturing capabilities description and experience demonstrating the ability to meet delivery schedule and production rate (most probable quantities are anticipated to range from 10,000 to 25,000).  The total most probable quantity for both FMS and USAF combined is 40,000;

 

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 shipment

 

5) Maximum production rate capability per month; and

The SOC shall be limited to 25 pages including attachments.  This acquisition will be limited to domestic sources. 

 

The NAICS Code assigned to this acquisition is 332993, Ammunition (Except Small Arms) Manufacturing with a size standard of 1,500 persons.  Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. 

 

Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.  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. 

 

Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.  This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

 

Interested companies must send acknowledgment of intent to submit a statement of capability within 10 calendar days of this announcement and submit the statement of capability within 20 calendar days later or within a total of 30 calendar days of this announcement to Karen Wagner at AFLCMC/EBDK, 314 W. Choctawhatchee Blvd, Bldg. 40, Eglin AFB, FL 32542 or to karen.wagner.1@us.af.mil. ; Responses shall be submitted electronically and all correspondence sent via email shall contain a subject line that reads "FA8681-18-R-0005, FMU-152A/B systems for Foreign Military Sales."  If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.  Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted.  Ensure office attachments do not contain macros; otherwise, Air Force network security will block macro-enabled attachments.

 

All responsible sources may submit information that shall be considered by the agency.  If late information is received, it may be considered, depending on agency time constraints.  All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.  The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.  Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately.  Responses to this sources sought will not be returned.  The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.  No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.  In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.

 

Only government employees and government supporting contractors will review submitted responses to this sources sought.  Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information.  These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

 

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 Wright Patterson AFB, OH.  She may be contacted via email at jill.willinghamallen.1@us.af.mil or phone number (937) 255-5472.  

 

RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 21 August 2017.  Direct all questions and requests concerning this requirement to Karen Wagner, Contracting Officer, phone (850) 883-3502, email karen.wagner.1@us.af.mil, David Shreve, Contract Specialist, phone (850) 883-3360, email clyde.shreve@us.af.mil and Brian Chisholm, Contract Specialist, phone (850) 883-3433, email brian.chisholm.1@us.af.mil .

 

Contracting Officer Address:

314W. Choctawhatchee Blvd, Bldg 40

Eglin Air Force Base, Florida 32542-6864

United States

 

Primary Point of Contact:

Karen Wagner

Contracting Officer

karen.wagner.1@us.af.mil

Phone: 850-883-3502

 

Secondary Point of Contact:

David Shreve

Contract Specialist

Clyde.shreve@us.af.mil

Phone: (850)883-3360

 

Third Point of Contact:

Brian Chisholm

Contract Specialist

brian.chisholm.1@us.af.mil

Phone: (850)883-3433


Karen Wagner, Contracting Officer, Phone 8508833502, Email karen.wagner.1@us.af.mil - C. David Shreve, Contract Specialist, Phone 8508833360, Email clyde.shreve@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP