Skip to main content

An official website of the United States government

You have 2 new alerts

Ground Support Equipment, Spares, Assessment/Repair, and Training in Support of Various Weapon Systems

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Sources Sought (Original)
  • Original Published Date: Apr 12, 2022 08:11 pm CDT
  • Original Response Date: Apr 27, 2022 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1095 - MISCELLANEOUS WEAPONS
  • NAICS Code:
    • 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
  • Place of Performance:
    Eglin AFB , FL 32542
    USA

Description

This sources sought is for the manufacture of ground support equipment, spares, assessment/repair of non-warranty items and training in support of the Small Diameter Bomb increments I and II (SDB I and SDB II);  Joint Direct Attack Munition (JDAM); and Laser JDAM; Paveway II and Enhanced Paveway II (EPII) weapon systems for Foreign Military Sales (FMS).  The Air Force Life Cycle Management Center, Direct Attack Division, Direct Attack International Branch, Contracts Office, Eglin AFB FL, is conducting market research in preparation for a potential new contract to be awarded in FY22 for five years of FMS support.  This contract shall include, but is not limited to, providing the necessary personnel, services, material, travel and facilities required to manufacture, deliver, and provide training on the following end items:  

  1. Universal Lifting Bar Assembly
  2. Lightweight Lift Bar Assembly
  3. Munitions Assembly Conveyor
  4. Mobile Power Conditioning Unit (MPCU)
  5. Six-inch Bomb Roller Assemblies (JDAM) MJ-1
  6. Six-inch Bomb Roller Assemblies (JDAM) MHU-83
  7. Six-inch Bomb Roller Assemblies (JDAM) Universal Extender - Assembly
  8. Forklift Ramps
  9. Bomb Rack Unit (BRU) 61 Maintenance, Inspection, and Storage Stands
  10. Bomb Stands
  11. MK-83 and MK-84 JDAM Strake Alignment Tools
  12. FMU-152 Fuze Adaptor Tools
  13. JDAM Spanner Wrenches
  14. JDAM Ammo Toolkit
  15. LJDAM Ammo Toolkit
  16. EP II Ammo Toolkit
  17. SDB Loader Toolkit
  18. SDB Ammo Toolkit
  19. SDB Ammo Toolkit Upgrade Package
  20. SDB Armament Toolkit
  21. Practical Explosive Ordinance Disposal (EOD) System Trainer (PEST) Tool Kit
  22. BRU-61 Bomb Lift Adapter
  23. Manually Operated Lift Truck (MOLT) MHU-194/E
  24. Power Conditioner
  25. Enhanced Munitions Assembly Conveyor
  26. MAC Table w/6 each Dollies
  27. MAC Table w/o Dollies
  28. MAC Dolly
  29. Enhanced MAC Rail Conveyor (Table)
  30. Enhanced MAC Dolly
  31. Common Maintenance Table
  32. Bomb Stand Dolly Assembly
  33. FMU-139D/B Fuze Adapter Tool
  34. FMU-139D/B Telemetry Kit Closure Ring
  35. Munitions Maintenance and Inspection Table
  36. Rental of MPCU
  37. Rental of MPCU Power Supply (ASX-345)
  38. Training on items listed (hourly rate)

Training in some overseas areas may be in austere locations.  The successful offeror shall have the ability to provide shipping to CONUS or OCONUS locations and also provide adequate production, test, logistics (warranty) support, shipping and containers.  The warranty support for FMS is a minimum 1-year serviceability, material and workmanship warranty.

Potential offerors must have adequate resources to provide engineering and testing support for the aforementioned equipment.  The current funding only supports production of contracted support equipment.  As a result, the Government considers quality, past performance and schedule to be the top priorities; therefore, prime contractors who are ISO 9001 certified in the manufacture and assembly of electronics for weapons test equipment; present written evidence of significant past performance in the FMS arena; and documented consistency in on time or early deliveries will be given priority.  

Interested sources who can meet the quality, performance and schedule  requirements outlined above are invited to respond to this solicitation with a synopsis that includes an overview of the following capabilities: 1) The technical expertise, experience and resources to produce all the listed ground support equipment; 2) The expertise and ability to produce training plans and conduct in country training in sometimes austere conditions; and  3) The ability to produce high quality ground support equipment and provide the specified warranty for all equipment produced under this proposed contract.  

This acquisition will be limited to domestic sources.  Firms responding to this synopsis should also state whether or not they are a small, small disadvantaged, 8(a), HUBZone certified, woman-owned, service-disabled veteran owned, veteran owned, or minority owned concern as defined in Federal Acquisition Regulation (FAR) 52.219-1.  The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition shall be 332994 with a size standard of 500 employees.  A decision as to whether this acquisition shall be full and open competition, small business set-aside or sole source shall be based on responses to this synopsis and other market research.  The synopsis is for information and planning purposes only and does not constitute an IFB or RFP, and is not to be construed as a commitment to contract by the Government.  Interested companies must submit a statement of capability within 30 days of this announcement to Lesa White at AFLCMC/EBDI, 314 W. Choctawhatchee Blvd, Building 40, Eglin AFB, FL 32542 - or lesa.white@us.af.mil.

Contact Information

Contracting Office Address

  • 102 W D AVE BLDG 11 STE 263
  • EGLIN AFB , FL 32542-6883
  • USA

Primary Point of Contact

Secondary Point of Contact

History