USAF and Foreign Military Sales (FMS)/DoD Precision Attack SNIPER, Infrared Search and Track (IRST), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Production and Sustainment Support
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Oct 15, 2024 07:21 pm EDT
- Original Date Offers Due: Dec 30, 2024 03:30 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 14, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J010 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance: USA
Description
This contract supports both USAF and Foreign Military Sales (FMS) Sniper ATP, Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Navigation Pods and kits, and Infrared Search and Track (IRST) Pods requirements for Production and Sustainment. The requirements under this contract are expected to be predominantly in support of FMS. The statutory authority for this requirement permitting other than full and open competition is both FAR 6.302-1 -10 U.S.C. 3204(a)(1), Only One Responsible Source - No other supplies or services will satisfy agency requirements (for the USAF portion of this effort) and FAR 6.302-4 International Agreement for the FMS portion of the contract. Lockheed Martin Missiles and Fire Control (LMMFC), cage code 04939, is the one and only supplier of the Sniper ATP, LANTIRN, and IRST systems for production and sustainment.
The resultant contract will be awarded as a Requirements Contract with provisions for Firm-Fixed Price (FFP), Cost-Reimbursable No Fee (CRNF), and Cost Plus Fixed Fee (CPFF) Contract Line Items (CLINs). It will consist of a three (3) year base ordering period with one (1) four-year option. This option extends the requirements contract ordering period by another four (4) years upon its exercise for an overall 7-year effective ordering period for issuance of delivery/task orders. The overall period of performance with the potential exercise of FAR 52.217-8, Option to extend Services, against individual task orders is 7 years and 6 months.
The production activities will include management, fabrication, upgrade/retrofit, integration support, testing and shipping of Sniper ATP system(s). The sustaining activities shall include but are not limited to accomplishing Line Replaceable Units (LRU) Depot-level Repair and Return, Data, Program Support, Depot Lay-In, Program Reviews, and On-Call Technical Support.
OMBUDSMAN: All potential offeror(s) should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If the contracting officer does not satisfy your concerns, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concern, issues, disagreements, and recommendations to appropriate government personnel. When requested, the Ombudsman will 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. When appropriate potential offeror(s) may contract Ombudsman Thomas (Tom) Eller, D.B.A. at 478-222-3153. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns.
The following Contract Line Items (CLINs) will be awarded on the basic contract/instant action in Schedule B:
X001 Production - Sniper ATP Pods (FFP)
X005 Production - Sniper ATP Pods Container (FFP)
X008 Production - Sniper LRU Spares (FFP)
X012 Production – Pylons (FFP)
X016 Production - Sniper Standard Software & Integration (FFP)
X022 Production - Integration Test Event-1 week w/Travel CONUS (CRNF)
X023 Production - Integration Test Event-1 week w/Travel OCONUS (CRNF)
X024 Production - Integration Test Event - Without Travel (FFP)
X027 Production - Site Survey (FFP)
X032 Production - User Familiarization/Refresher Events – OCONUS (FFP)
X033 Production - CSTOs - Initial Delivery (FFP)
X034 Production - CSTOs – Update (FFP)
X035 Production - Sniper O-Level Support Equipment (FFP)
X040 Production - Sniper Bench Stock (FFP)
X045 Production - User Familiarization Training – CONUS (FFP)
X046 Production – Program Support (Sniper, LANTIRN and IRST) (FFP)
X048 Production - PMR Travel CONUS (CRNF)
X049 Production - PMR Travel OCONUS (CRNF)
X084 Production & Sustainment - Standard Data (NSP)
Please refer to Attachment 1 as those CLINs will be attached to the contract as To-Be-Negotiated and/or Reserved CLINs and will be negotiated and awarded as requirements generate.
Please refer to Attachment 2 as those Sustainment CLINs will be priced and incorporated into the contract prior to the start of 31 Mar 2027. There is currently pricing for Sustainment through this date.
Attachments/Links
Contact Information
Contracting Office Address
- BLDG 300 WW STE 23 RM 303C CP 320 RICHARD RAY BLVD
- ROBINS AFB , GA 31098
- USA
Primary Point of Contact
- Ashley Davis
- ashley.davis.53@us.af.mil
Secondary Point of Contact
- Shameka Schley
- shameka.schley@us.af.mil
History
- Jan 14, 2025 11:55 pm ESTSolicitation (Original)
- Oct 12, 2024 11:55 pm EDTPresolicitation (Original)