Number: 13783046
Country: United States
Source: Federal Business Opportunities
Location of the Industry Day has been confirmed and will be held at Hill AFB UT at the Base Chapel. Maps have been attached to this announcement. Address is as follows: 5711 E Avenue, Hill AFB, UT 84056. Once you enter the South gate (heading north down Hillfield road which will take you directly to the South Gate) take the very first left which is just a few yards from the security gate. You will pass the Warrior Fitness Center and the Chapel will be on your right hand side. The Chapel is two buildings with an annex. Enter into the Chapel lobby (the southside building) and head downstairs to the basement.
Further explanation on the twenty (20) printed single sided pages for the RFI response. Title pages and the table of contents do not count against the twenty (20) page limit. A Government Support Contractor from HX5 that has an NDA with the Government will be attending the General and one-on-one sessions of Industry Day.
The DSU-33 Industry Day slides that were presented on 17 August 2016 at Hill AFB are available upon request. Interested vendors must provide a copy of a signed DD Form 2345 "Military Critical Technical Data Agreement" to the POC(s) identified on this FBO posting in order to be eligible to receive the slides.
Interested parties are invited to respond to the attached Sources Sought Synopsis.
Deadline: No Later Than 5:00 PM MDT, 24 October 2016. The USG retains the right to NOT consider late responses.
Industry Day # 2 has been scheduled at a facility near Eglin AFB FL on the 27th - 28th of June 2017. Please reference the Industry Day 2 Announcement and Agenda attachments for additional information. Directions, registrations, and an Industry Day Question Request form are attached.
The Draft RFP has also been attached which will be the main topic of the Industry Day. Please come prepared to discuss the Draft RFP, with any comments, recommendations and questions. All documents associated with the Draft RFP are not finalized and will be changing based on further Government review and feedback from industry. Industry is highly encouraged to provide feedback, comments, and questions in writing to Darin Huler utilizing the Industry Day Question Request attachment.
A draft of the C-HOBS Interface Control Document (ICD) is available along with an updated System Requirements Document (SRD). Interested vendors must provide a copy of a signed DD Form 2345 "Military Critical Technical Data Agreement" to Darin Huler in order to be eligible to receive the ICD and SRD.
The Government team is working on getting the solicitation DD254 finalized in order to be able to provide, upon request and U.S. security classification verification, classified portions of the Technical Data Package (TDP).
Deadlines:
1) Industry Day Registrations (See Industry Day Registration Attachment) due no later than (NLT) 15 June 2017.
2) Classified discussions are not planned. If an interested party desires to present or discuss classified information, please inform Darin Huler via email NLT 15 June 2017. Based on completion of the DD254 the Government might not be able to accommodate such requests.
3) Industry Day Question Request due NLT 22 June 2017.
Update:
1) The solicitation date showing as 22 Aug 2017 on the Model Contract FA821317R3046 is not accurate. The schedule to go over RFP release and Proposal due dates will be presented at Industry Day.
2) The attached Industry day 2 announcement should read 27-28 June "2017" instead of "2016."
24 July 2017
Official Synopsis for Cockpit-Selectable Height-of-Burst (C-HOBS) Sensor:
Subject: C-HOBS
Action Code: Synopsis
Description: The Joint Direct Attack Munition"s (JDAM"s) current fuze sensor, DSU-33D/B, has been in production since 1995; significant obsolescence issues prevent continued procurement of this sensor. C-HOBS is a modification program established to resolve current obsolescence issues with the DSU-33D/B sensor and to improve sensor performance. C-HOBS will maintain the same form, fit and function as the DSU-33D/B; however, due to the nature of the changes required to address the obsolescence issues, certain targets of opportunity to future-proof the sensor will be addressed. The changes include both manual and cockpit-selectable height-of-burst with improved system performance for JDAM and the Next Generation Area Attack Weapons (NGAAW) missions, which are pivotal to battlespace success. The C-HOBS requirement will be awarded via full and open competition.
National Stock Number: To be determined.
Qualification Requirement per FAR Subpart 9.2: Pre-qualification not required to propose as qualification will occur during contract performance.
Manufacturer, size, dimensions, other form, fit or functional description, predominant material of manufacture: DSU-33 Technical Data Package, C-HOBS System Requirements Document, and draft Interface Control Document (ICD) has been provided to industry upon request, and is still available upon request through the POC referenced below. The JDAM Joint Operational Requirements Document, Anti-Tamper Security Classification Guide, Final ICD and Technical Order/Technical Manual Work Package will be made available shortly. Please send requests for these documents immediately so the Government can distribute the documents as soon as they become available. A approved DD Form 2345 will be required to receive the above mentioned documents for those who have not yet submitted one to the below POC.
Anticipated Quantity: Maximum of 60000 C-HOBS units.
Units of issue: Design and Qualification (each) C-HOBS (each), Data and Reports Not Separately Priced (lots), Data and Reports - priced, (each), First Article Acceptance Test (each), Trainers (each), Cable Kits (each), Spares (each) and Life Cycle Surveillance and Test Set, (each).
Destination information: Inspection and acceptance will be at destination for Data and Reports CLINs. Inspection and acceptance will be at origin for all other CLINs.
Delivery Schedule: It is anticipated that Design and Qualification will be completed within 24 months of contract award, and C-HOBS deliveries will have an 18 month PoP which is inclusive of a 6 month long lead time and 12 months for production.
Solicitation Number: The official solicitation number for this requirement will be FA8213-17-R-3046; however the announcement will be listed under the existing FA8213-17-R-DSU33 number as previously used on www.fbo.gov to avoid two separate listings for the same C-HOBS requirement.
NAICS Code: 332993
Classification Code: 13 - Ammunition & explosives.
Pricing Arrangement/Contract Type: The predominant pricing arrangement will be Firm Fixed Price (FFP). Additional pricing arrangements that will be utilized are Cost Plus Fixed Fee (CPFF) and Cost Reimbursable (CR).
Anticipated CLIN Structure:
CLIN
DESCRIPTION
CONTRACT TYPE
1000
Design and Qualification
CPFF
2000
Data and Reports - Not Separately Priced
N/A
2001
Data and Reports - Priced
FFP
3000
First Article Acceptance Test
3001
C-HOBS
3002
Trainers D1
3003
Trainers D2
3004
Trainers D5
3005
Cable Kits
3006
Spares
4000
4001
4002
4003
4004
4005
5000
5001
5002
5003
5004
5005
6000
6001
6002
6003
6004
6005
7000
7001
7002
7003
7004
7005
7006
Life Cycle Surveillance Test Set
8000
Travel
CR - No Fee
Period of Performance (PoP): Anticipate an eight-year PoP with a seven-year ordering period.
Proposal Submittal: Offerors will be given at least 45 days to submit a proposal starting from the solicitation release date.
Anticipated Solicitation Release Date: 8 August 2017 (date is subject to change). The Government reserves the right to release the solicitation later than this date.
Anticipated Award Date: 23 May 2018 (date is subject to change).
Set-Aside: N/A - Full and Open competition.
Place of Performance: Contractor"s facility.
Foreign Participation: Prospective offerors are advised that foreign participation is not permitted.
Responsible Offerors: All responsible sources may submit a proposal, which shall be considered by the agency.
Export Controlled Data: This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. US contractors shall submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form is available at http://www.dtic.mil/whs/directives/forms/eforms/dd2345.pdf. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. Foreign participation is not authorized.
Solicitation, Notices & Amendments: The solicitation and all subsequent notices and amendments will be posted on the internet at www.fbo.gov. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice.
Synopsis Respondent"s: Respondents to the solicitation shall specify whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also, respondents shall specify whether they are a U.S. or foreign-owned firm.
Inquiries: Any questions in regards to this notice must be submitted in writing (preferably by email) to the Contracting Office according to the contact information provided below:
Contracting Office Address:
Contracting Officer: Darin Huler ([email protected])
6072 Fir Ave
Bldg 1233
Hill AFB, UT 84056-5820
Anticipated solicitation release date is now 28 September 2017. This date is an estimate. The Government reserves the right to release the solicitation prior to or later than 28 September 2017.
Additional Q&A"s, unincorporated DSU-33 Notices of Revisions (NORs), and updated drawings as a result of incorporated DSU-33 NORs are available for those who have an approved DD Form 2345.
Final SRD is available to those who have an approved DD Form 2345. Attached to this notice is the solicitation DD254. As previously mentioned in an earlier posting to this FBO announcement, the Government intends to make available the annex to the TDP which is classified at the SECRET LEVEL. If interested in receiving the annex please provide company name, cage code and justification for your "need to know."
Available for release is select data from Precision Selectable Height-of-Burst Sensor (P-HOBS) Contract No. FA8656-14-C-0171. Interested parties must provide a copy of a signed DD Form 2345 "Military Critical Technical Data Agreement" to the POC(s) identified on this FBO posting in order to be eligible to receive the data.
Section 2.2.6 Subfactor 3: Management Approach para (a) Rights in Technical Data, Computer Software, and Computer Software Documentation of Section M has been revised to include the following language "The Government"s intention is for the contractor to deliver complete level 3 drawings sufficient to manufacture and sustain C-HOBS product through full and open competition in the future. Offerors are not precluded from competing for award based on their refusal to provide at least Government Purpose License Rights to all data (other than the data listed as Unlimited in Table 1 of Attachment 2) and software delivered under the contract. However, an award decision will be based in part on how well the proposal meets the Government"s software and data right"s needs. In accordance with Table 5 "TECHNICAL RATINGS - TRADE OFF - Applicable to Data Only," an Offeror will receive a Marginal Rating under Subfactor 3(a) if it"s "proposal includes Unlimited Rights to just the data items as identified in Attachment 2 and proposes in accordance with Section L, M and Attachment 2..."
The statement, "Offerors are not precluded from competing for award based on their refusal to provide at least Government Purpose License Rights to all data (other than the data listed as Unlimited in Table 1 of Attachment 2) and software delivered under the contract" simply asserts that any interested party can still submit a proposal that will be evaluated. However, Offerors" proposals that do not meet the Government"s intent for obtaining level 3 drawings sufficient to manufacture and sustain C-HOBS product through full and open competition in the future will negatively affect its technical rating for Subfactor 3.
Attached is the C-HOBS FA8213-18-R-3015 Solicitation. Responses are due to the issuing office no later than 12 Feb 2018 by 5:00 PM MST. Attachment 5 "ICD" and Attachment 6 "SRD" will only be released to those that provide a signed DD Form 2345 "Military Critical Technical Data Agreement" to the POC"s identified on this FBO posting. The primary POC for this solicitation is Mr. Kyle Andersen. Contact information is at the bottom of this posting.