The RFP Database
New business relationships start here

Sources Sought Synopsis - Maverick Missile Engineering Services & Repairs


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

This announcement constitutes a Sources Sought Synopsis. It is intended as a method of informing potential contractors of a service requirement for Weapon System Support for Maverick, AGM-65 (WS-319).


1. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.  The proposed North American Industry Classification System (NAICS) Code is 336415 which has a corresponding Size Standard of 1,250.   The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub-Zone, and Women-Owned small business concerns.
2. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
3. AFLCMC/EBHGA Precision Guided Munitions, Hill AFB is seeking potential sources that possess the engineering and technical knowledge for the existing Maverick missile system, AGM-65 (WS-319).  The following are potential tasks to be included:
a. Engineering Services - Testing, engineering, training, administration, analysis, technical data, computer programming, and/or logistic support as needed.  Technical support may include, but is not limited to: validate Engineering Change Proposals (ECP), validate technical manual changes, feasibility studies, engineering analyses, analyses of field problems, resolution of missile or launcher function issues, obsolescence studies and resolutions, and Aging and Surveillance testing and analyses.
b. AGM-65 Cryoengine & DOA Repair - AGM-65 Maverick Missile is a unique and aging weapon system requiring periodic testing to preclude catastrophic failure.  The AGM-65 Imaging Infrared (IIR) Cryoengine Assembly and Detector Optics Assembly (DOA) are critical components of the AGM-65 IIR Missile Guidance Control Section (GCS).  The AGM-65 Cryoengine cools the IR DOA to approximately -200 °C to allow it to properly detect all possible ranges of IR energy that are emitted and encountered during operation.  The DOAs receive and translate IR energy into a video scene displaying variations in temperature as variations in contrast, and allowing a target to be identified by the aircrew and subsequently tracked by the missile.
c. AGM-65H/K GCS Repair - The AGM-65H/K GCS uses a couple charged device (CCD) camera to allow a target to be identified by the aircrew and subsequently tracked by the missile.  This contract task will be to repair GCSs with damage/malfunctions that exceed the field repair capabilities of USAF personnel.
d. AGM-65L GCS Repair - The AGM-65L GCS uses a semi-active LASER seeker head to lock onto a LASER designator spot and subsequently tracked by the missile.  This contract task will be to repair GCSs with damage/malfunctions that exceed the field repair capabilities of USAF personnel.
4. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
5. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
6. This is neither a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government.  Any charges incurred in responding to this synopsis will not be paid by the Government.
7. United States Air Force would be unable to supply data rights for this service.


Daniel S Rusch, Contracting Officer, Phone 8017774161, Email daniel.rusch@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP