SOLICITATION NOTICE
14 -- Notice of Intent to Sole Source: FY15-21 Standard Missile-3 Block IB Production
- Notice Date
- 6/30/2014
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Missile Defense Agency - MDA-DACG
- ZIP Code
- 00000
- Solicitation Number
- HQ0276-14-R-0006
- Archive Date
- 7/30/2014
- Point of Contact
- Allen Neal Booher, Phone: 5406636141, Melissa B. Brito, Phone: 540-663-7792
- E-Mail Address
-
allen.booher@mda.mil, melissa.brito@mda.mil
(allen.booher@mda.mil, melissa.brito@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS PRESOLICITATION NOTICE FOR HQ0276-14-0006 (NEW SOLICITATION NUMBER) SUPERCEDES IN ITS ENTIRETY THE FBO.GOV PRESOLICITATION NOTICE FOR HQ0276-14-R-0099 POSTED ON OCTOBER 15, 2013 ENTITLED: "BASE NOTICE: NOTICE OF INTENT TO AWARD SOLE SOURCE CONTRACT TO RAYTHEON MISSILE SYSTEMS FOR STANDARD MISSILE-3 BLOCK IB MISSILE PRODUCTION - HQ0276-14-R-0099". The Missile Defense Agency (MDA) is publishing this Presolicitation Notice to update MDA requirements, further MDA's market research, and encourage small business and other subcontracting opportunities. UPDATED REQUIREMENTS: MDA intends, subject to availability of appropriations, to award a sole source contract or contracts beginning in government fiscal year 2015 (FY15) valued at up to $4.57B to Raytheon Missile Systems (RMS) of Tucson, Arizona, for production and integration of up to three hundred and sixty four (364) Standard Missile-3 (SM-3) Block IB missiles during Government Fiscal Years (FYs) 15 -21 (average of 52 missiles/year). The maximum total number of missiles will be 364; however, yearly missile production may vary. This requirement includes options for Contractor Logistics Support (CLS) services for all SM-3 configurations of the United States and Allied Navies. The Contractor shall provide the facility, services and material necessary to perform repairs, upgrades and modifications to returned all-up round (AUR) or AUR sections to fulfill requirements. These services also include: • Missile Maintenance Support Services, to include engineering services and repair of AURs, assemblies, sub-assemblies, components and associated test equipment • Missile Repair and Recertifications • Integrated Logistics Support Services, to include packing, handling, storing, making shipping arrangements, and working with the Standard Missile community to guarantee that workflow supports Naval Operations • Provisioned Item Order spares to support Missile Recertification. This requirement also includes options for maintenance spares; material for ordnance assessment; production support and engineering (PSE); diminishing manufacturing sources and material shortages (DMSMS) mitigation; foreign military sales (FMS) including inert operating missiles and facilitization costs; quality assurance; data and reports; and other related requirements that may emerge. MDA anticipates the SM-3 Block IB missiles and maintenance spares will be awarded on fixed-price-incentive-firm and/or firm-fixed-price contract line items. Other efforts such as FMS including inert operating missiles and facilitization costs, Standard Missile CLS, PSE, DMSMS mitigation, material for ordnance assessment, quality assurance, data and reports, and other related requirements that emerge may be awarded on cost-plus-incentive-fee contract line items with a focus to incentivize cost reduction. MDA intends to issue a sole source request for proposal (will not be made available on FBO.Gov) to RMS in the fourth quarter of FY14 and to award a FY15 base year contract, plus priced options for FY16, FY17, and FY18 in the second quarter of FY15. Additionally, MDA may seek multiyear procurement (MYP) authority for a FY16-19 MYP contract or contract modification award intended for the second quarter of FY16. If a MYP is not authorized beginning in FY16, then MDA may seek MYP authority beginning in FY17 with an associated delay in award and MYP transition. These updated MDA requirements are for follow-on contracts for continued production of a major system, highly specialized equipment, and/or continued provision of highly specialized services. An acquisition strategy has been approved to solicit and negotiate with only one source, Raytheon Missile Systems (RMS) of Tucson, Arizona, under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. RMS and its predecessor companies (General Dynamics, Hughes and Standard Missile Company) have served as the U.S. Navy's Aegis Round Design Agent for all Standard Missile variants and the Aegis Ballistic Missile Defense (BMD) SM-3 Design Agent since Aegis BMD program inception. The Government does not possess a technical data package considered adequate to permit an unfamiliar source to satisfactorily perform the required SM-3 Block IB build and other requirements. RMS possesses unique, in-depth, technical and management knowledge of the requirements and processes, resident resources, facilitization, and proprietary data related to producing and integrating SM-3 Block IB missiles into this complex and highly specialized Aegis BMD system and to perform the other requirements. RMS has demonstrated specialized expertise in designing advanced infrared seekers and in developing, testing, and manufacturing all variants of the SM-3 missile. RMS is the sole capable and qualified source to manufacture the SM-3 Block IB missile configuration and to repair and recertify all variants of the SM-3 Missile for Aegis BMD and perform the other requirements in a timely and cost effective manner. As described in FAR 6.302-1(a)(2)(ii), it is likely that award to any other source would result both in substantial duplication of cost to the Government that is not expected to be recouped through competition and in unacceptable delays in fulfilling the Agency's requirements. INVITATION TO OTHER CAPABLE CONTRACTORS: Any contractor, other than RMS, that reasonably believes it can perform the requirements stated herein without incurring duplicative costs and without experiencing delays is invited to provide a capability statement and request a solicitation electronically to Neal Booher, Contracting Officer, at allen.booher@mda.mil by 5:00pm Eastern Time on July 15, 2014. The US Government is not liable for any cost associated with the capability statement. SUBCONTRACTING OPPORTUNITIES: MDA will negotiate a Small Business Participation and Commitment Plan with RMS in addition to requiring a Small Business Subcontracting Plan in accordance with Federal Acquisition Regulation (FAR) 19.702(a)(1). Companies interested in subcontracting opportunities should contact Raytheon Missile Systems directly at 1151 E. Hermans Road, P.O. Box 11337, Tucson, Arizona 85734.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/47a273aaa4ad8f3a1c039a9d876c7f72)
- Place of Performance
- Address: 1151 E. Hermans Road, P.O. Box 11337, Tucson, Arizona, 85734, United States
- Zip Code: 85734
- Zip Code: 85734
- Record
- SN03410167-W 20140702/140701023709-47a273aaa4ad8f3a1c039a9d876c7f72 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |