Federal Bid

Last Updated on 10 Jul 2019 at 12 AM
Solicitation
Location Unknown

JASSM and JASSM-ER for Lots 13, 14, and associated sustainment efforts (FY15 – FY16).

Solicitation ID FA8682-15-C-0005
Posted Date 21 Jan 2014 at 8 PM
Archive Date 09 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location United states
This notice serves as a pre-solicitation notice for the full rate production procurement of the Joint Air-to-Surface Standoff Missile (JASSM) and the Joint Air-to-Surface Standoff Missile-Extended Range (JASSM-ER) for Lots 13, 14, and associated sustainment efforts (FY15 - FY16). The Armament Directorate intends to award a sole source contract for Production and Sustainment to include operational safety, suitability, and effectiveness for the JASSM and the JASSM-ER for Lot 13, with a priced option for Lot 14. This acquisition is contemplated as sole source under authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 USC 2304(c)(1)), to Lockheed Martin Missiles and Fire Control-Orlando, 5600 Sand Lake Road, Orlando, FL, 32819-8907. Subcontracting opportunities should be addressed to the Subcontracts Manager (Lockheed Martin Missiles and Fire Control-Orlando) at phone 407-356-9246. Specific production and sustainment requirements may include, but are not limited to: JASSM/JASSM-ER missile production activities which include USAF missiles and missile variants authorized for release to Foreign Military Sales (FMS). In addition to the JASSM-ER missile hardware and software, this weapon system includes telemetry instrumentation kits, precision targeting image software, the JASSM Weapon System Simulator, technical data, obsolescence management, upgrades, production implementation, pre-planned product improvement, sustainment, aircraft integration, non-warranty repair, containers, and other related items. Support items include, but are not limited to, replacement parts, program management, engineering, logistics, test support, support equipment, software/hardware upgrades to support production missiles, associated data, and any other supplies or services needed to sustain the program over the life of the system, as well as all facilities, equipment, labor, tools and test equipment necessary to produce an estimated 140 JASSM missiles and 100 JASSM-ER missiles for Lot 13; and 215 JASSM-ER missiles for Lot 14. Deliveries for each Lot are anticipated to begin approximately 18 months after contract award. Sustainment activities include JASSM/JASSM-ER system repair, container requirements, and repairable/replaceable components of these end items plus the repair infrastructure; and any other supplies or services needed to sustain the JASSM/JASSM-ER program over the life of the system. Repair infrastructure includes program management, replacement parts, special tooling maintenance, business management, hardware demilitarization/disposal and administrative support. Sustainment requirements are anticipated to include the repair capability for the estimated quantities listed above that cover non-warranted missiles and other support items. The fulfillment of the supplies/services listed above requires substantial initial investment and an extended period of preparation for manufacture and production. As Lockheed Martin Missiles and Fire Control's obligations under existing contracts continue, any Government-owned peculiar equipment will not be available to any second source. All responsible sources may submit a capability statement which shall be considered by the Government. Any capability statement will need to demonstrate how the source can provide a qualified JASSM/JASSM-ER within the required timeframes and without substantial duplication of costs. No technical data package is available. The date of response to this synopsis for the JASSM/JASSM-ER Production & Sustainment Program is fifteen (15) days after the date of this synopsis publication. Communication concerning this acquisition should be directed to Rochelle L. Gasper, Contract Specialist, (850)883-3687, [email protected] or Cheryl A. Loper, Contracting Officer at AFLCMC/EBJK, 205 West D. Avenue, Suite 632, Eglin AFB, FL 32542-6807 at (850) 883-3080 or e-mail [email protected]. An Ombudsman has been appointed to address concerns of 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 the appropriate Government personnel. When requested, 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 routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Col. Deborah Cafarelli, AFLCMC/EN, at 102 West D Avenue, Bldg. 11, Eglin AFB, FL 32542; phone number (850) 883-3701.
Bid Protests Not Available

Similar Past Bids

Sand lake New york 08 Feb 2011 at 7 PM
Sand lake New york 05 Mar 2012 at 4 PM
Sand lake New york 22 Nov 2011 at 1 PM
Eglin air force base Florida 16 May 2017 at 2 PM

Similar Opportunities

Philadelphia Pennsylvania 20 Jul 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 15 Feb 2027 at 5 AM (estimated)
Philadelphia Pennsylvania 02 Dec 2025 at 5 AM (estimated)
Philadelphia Pennsylvania 02 Dec 2025 at 5 AM (estimated)
Philadelphia Pennsylvania 02 Dec 2025 at 5 AM (estimated)