Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

FMU-152A/B Joint Programmable Fuze (JPF) remaining quantity of 28,174 systems

Solicitation Number: F08626-98-C-0006
Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: AAC - Air Armament Center
  • Print
:
F08626-98-C-0006
:
Sources Sought
:
Added: Jun 06, 2008 11:15 am Modified: Jun 16, 2008 9:48 amTrack Changes

The Air Armament Center, 708th Armament Systems Group, Eglin AFB FL, is seeking sources to continue the existing acquisition strategy for the follow on production of the FMU-152A/B Joint Programmable Fuze (JPF) for the remaining quantity of 28,174 systems. If any potential offeror feels they can meet the requirements outlined below, they should deliver a Statement of Capabilities in accordance with Numbered Note 25 specifically defining their capabilities.
The JPF is a multifunction, multi-delay tail fuze system with hardened target capability for use in general purpose and penetrating unitary warheads. The JPF 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 JPF 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 objectives of JPF production lots are to fabricate a high quality JPF that is fully integrated and qualified for employment. The following delivery schedule must be met or exceeded; Contract Award - NLT 1st quarter FY09, first delivery of fully qualified production units - NLT May 2010. A total quantity of 28,174 systems is required with an estimated budget of $29.7M in FY09 and and annual estimated budget of $40.0M in FY10 through FY13.
Potential offerors would be required to provide a fully qualified JPF that is compatible with the Mark 80 series (MK-82, MK-83, MK-84) and penetrator warheads (BLU-109, BLU-110, BLU-113, BLU-122). It must also be compatible for use in all JDAM variants, AGM-130, and GBU-10/12/15/16/24/27/28 weapon systems as well as in the basic "dumb" bomb configurations. In addition to weapons compatibility, the JPF must be qualified and certified on the following aircraft: B-1B, B-2A, B-52H, F-15E, F-16C/D, F-22, A-10. The contractor must also have adequate resources to provide engineering and testing support for emerging aircraft integration requirements. The current budget only supports the production of FMU-152A/B JPF systems. As a result, the Government considers system maturity to be the top priority, and therefore, offerors must be prepared to begin full rate production by May 2010. The contractor must also have the capacity to produce at a rate of 1,800 systems per month for the duration. Full qualification and integration testing costs, including a First Article Acceptance Test (FAAT) program, would be the total responsibility of the contractor. The contractor must provide shipping to CONUS locations and also provide adequate production, test and logistics (warranty) support. The contractor must meet the system specifications for both the FMU-152A/B and FZU-55A/B fuze bomb initiator. The system specifications for each may be obtained by contacting the Contract Specialist, Ms. Lisa Younghanse, at (850) 882-8787 ext. 3100.
This is not a Request for Proposal (RFP) and it is not the Government's intention to pay for information solicited at this time. Direct all questions and routine communications concerning this acquisition to Ms. Lisa Younghanse, (850) 882-8787 ext 3100. An Ombudsman has been appointed to address concerns from offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director 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 POCs listed below. For any other concerns, interested parties may call the AAC Ombudsman, Colonel Arnold W. Bunch, Jr. at (850) 882-0662.
For further information, contact the Contract Specialist, Mrs. Lisa Younghanse, 679 ARSS, (850) 882-8787, Ext. 3100. This synopsis is for information and planning purposes only. It does not constitute an invitation for bid or a request for proposal and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis. Information submitted should be addressed to 679 ARSS, Attn: Mrs. Lisa Younghanse, 110 Wacissa Road, Eglin AFB, FL 32542-6864. See note 25.

:
AAC/PK
205 West D Avenue, Suite 433
Eglin AFB, Florida 32542-6864
:
Lisa F. Younghanse,
Contract Specialist
Phone: (850) 882-3525 x3100
Fax: (850) 882-1003
:
Sallye N Belton,
Contracting Officer
Phone: (850)882-8486 X 3070
Fax: 850 882-2533