Federal Bid

Last Updated on 24 Aug 2009 at 1 PM
Sources Sought
Location Unknown

Paveway II Laser Guided Bombs

Solicitation ID FA8213-09-R-3040
Posted Date 21 Jul 2009 at 1 PM
Archive Date 24 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location United states

PAVEWAY II SOURCES SOUGHT SYNOPSIS

This announcement constitutes a Sources Sought Synopsis. It is intended as a method of informing potential contractors of the existence of a Bid Qualification Plan for Paveway II Laser Guided Bombs. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. The United States Air Force (USAF), United States Navy (USN) and Foreign Military Sales (FMS) units are seeking potential contractors to "qualify to bid" as a source supplier for Paveway II Laser Guided Bombs for an anticipated GBU-16, GBU-12 and GBU-10 procurement. The Bid Qualification Plan outlines those efforts necessary to "qualify potential producers to bid" as a source supplier of GBU-16, GBU-12 and GBU-10 Laser Guided Bombs. Upon contract award, the selected best value contractor shall be required to complete additional significant efforts to demonstrate complete interchangeability and interoperability with existing U.S. Government inventories 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. Computer Control Groups (CCG) and Airfoil Groups (AFG) can also be procured individually based on the customer's requirement. The Bid Qualification Plan is designed to demonstrate each offeror's competency to bid on Paveway II procurements. If an offeror desires technical information they may contact 507 CBSS/GBLC, 6034 Dogwood Avenue, Bldg. 1257, Hill AFB, UT 84056-5816, Attn: DaVon Day (801) 777-8156, or by E-Mail at [email protected].

A Firm-Fixed Price (FFP) five year, Indefinite Delivery, Indefinite Quantity (ID/IQ) contract with two additional Option Years is being contemplated at an estimated value of $650M.

The USAF's anticipated requirement is for an estimated quantity of 5,000 each MXU-667 (AFG); 25,000 each MXU-650 (AFG); 10,000 MXU-651 (AFG); 40,000 each MAU-169/209 (CCG). Note these numbers are estimates only and in no way obligate the US Government. Deliveries are required to begin no later than November 2011. The government estimates that it will cost potential offerors approximately $10 million to "qualify to bid" on this anticipated procurement. The government further estimates that it will take potential offerors a minimum of fifteen months to "qualify to bid". It is anticipated that a Request for Proposal (RFP) will be issued in November 2009 with a closing date in January 2010. This will ensure that award is accomplished by the need date of May 2010 for contract award. To assist interested offerors, the Bid Qualification Plan can be found at the following web site: http://contracting.hill.af.mil//html/sourcesought/sshp.htm. The Performance Specification Documentation AS 6192 can be obtained by contacting the engineer by written request at 507 CBSS/GBLC, 6034 Dogwood Avenue, Bldg. 1257, Hill AFB, UT 84056-5816, Attn: DaVon Day (801) 777-8156, or by E-Mail at [email protected]. Potential offerors should respond to this synopsis within 30 days following the publication of this notice. Written responses may be sent to the Contracting Officer at 784TH CBSG/PK, 6033 Elm Lane, Bldg. 1247, Hill AFB, UT 84056-5825, Attn: Adam Jurkiewicz (801) 586-6015, or by E-Mail at [email protected]. Information received will be considered for the purpose of determining industry interest in the upcoming procurement.
No reimbursement will be made for any costs associated with providing information in response to this sources sought. Any information submitted by respondents to this notice is strictly voluntary.

Raytheon Systems, Tucson, AZ, and Lockheed Martin, Archbald PA, are the only known sources who currently have the knowledge, skills, facilities and equipment required for this effort.

Electronic procedures will be used for this solicitation and will be posted to www.fbo.gov when issued.

Firms responding to this sources sought notice are also requested to provide the 784th with capability statements, which at a minimum need to include:
 Company Name & Associated CAGE code
 Point of Contact Name and Number
 Business Status (8(a), Small, HUBZone, Woman-owned, etc.)

Capabilities statement should be submitted via e-mail to the following: [email protected], [email protected] & [email protected] no later than 4:00 p.m. mountain standard time (MST) on Friday, 7 August 2009.

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Apr 2014 at 10 PM
Location Unknown 13 Jan 2010 at 10 PM
Location Unknown 25 Aug 2010 at 3 PM
Location Unknown 11 Jun 2018 at 9 PM
Location Unknown 09 Nov 2011 at 7 PM

Similar Opportunities

Dallas Texas 06 Aug 2025 at 9 PM
Hill air force base Utah 06 Dec 2026 at 7 AM
Hill air force base Utah 06 Dec 2026 at 5 AM
Hill air force base Utah 06 Dec 2026 at 6 PM