SOURCES SOUGHT
14 -- JOINT-AIR-TO-GROUND MISSILE (JAGM) Full Rate Production (FRP) or an equivalent Air-to-Ground missile
- Notice Date
- 3/25/2016
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-16-RFI
- Archive Date
- 4/26/2016
- Point of Contact
- Tanyeka D Boley, Phone: 2568764201, Retha R. Adams, Phone: 2568767065
- E-Mail Address
-
tanyeka.d.boley.civ@mail.mil, retha.r.adams.civ@mail.mil
(tanyeka.d.boley.civ@mail.mil, retha.r.adams.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice only for information and planning purposes and does not constitute a solicitation. This announcement closes on 11 April 2016 at 5:00 p.m. Central Standard Time (CST). The U.S. Army Contracting Command - Redstone (ACC-R) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the manufacturing of the JAGM All-Up-Round (AUR) or an equivalent Air-to-Ground missile. The JAGM AUR consists of a dual-mode guidance section mated to a HELLFIRE Romeo missile bus (warhead, control actuator system, rocket motor, and associated electronics). It will be used by joint service Rotary wing (RW), Fixed wing (FW) and Unmanned Aircraft Systems (UAS) for destruction of high value stationary, moving, and relocatable land and naval targets from standoff range in day, night, adverse weather, and obscured battlefield conditions. JAGM will be compatible with all joint force and allied RW and UAS that are currently compatible with the HELLFIRE II missile. JAGM will use advanced seeker and guidance technologies combining multiple sensors to provide improved Precision Point and Fire and Forget targeting for capability against fast moving and stationary targets in dirty battlefield/countermeasure intensive environments and adverse weather. It is anticipated that the JAGM contractor will be required to deliver an average of 1,300 units per year starting in fiscal year 2020. At a minimum, the JAGM AUR or an equivalent Air-to-Ground missile must meet the requirements established in the following performance specifications and Interface Control Documents (ICDs): MIS-ICD-58351 - Joint Air-to-Ground Missile (JAGM) Interface Control Document for the JAGM Guidance Section to Tactical Missile Bus MIS-ICD-58352 - Joint Air-to-Ground Missile (JAGM) Launcher to JAGM Interface Control Document Volumes 1 and 2 MIS-ICD-58353 - Joint Air-to-Ground Missile (JAGM) Interface Control Document for the JAGM Telemetry System MIS-ICD-58355 - Joint Attack Munition Systems (JAMS) Easy Serial Protocol Interface Control Document MIS-PRF-58345 - Performance Specification for the Joint Air-to-Ground Missile Guidance Section MIS-PRF-58346 - Performance Specification for the Joint Air-to-Ground Missile To request copies of these documents please contact the primary and secondary points of contact identified below prior to the date this announcement closes. Only firms with a secret security clearance will be provided access to the documentation. No foreign participation is allowed. Firms that recognize and can produce the JAGM AUR or an equivalent Air-to-Ground missile in accordance to the specifications and within the required production rate and schedule. Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include: 1) full company name, address, cage code, and DUNS; 2) description of principal business activity; 3) Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers, and email address. Firms are encouraged to identify themselves by submitting a capabilities statement to the primary and secondary points of contact identified below. The capabilities statement must clearly demonstrate that the firm has the technical capability, facilities, and resources to produce above items within schedule and production rate. The Agency will consider all responses submitted by 11 April 2016, 5:00 pm CST. Firms are encouraged to seek Source Approval Requests (SAR) in order to become an approve source by submitting documentation in accordance with the Competition Advocate's Shopping List procedures. These procedures are outlined at the following website: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_casl.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d0141b984ba0d7c479b1e93c1dd4d03)
- Place of Performance
- Address: ACC-RSA, Sparkman Center, Bldg 5303, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04062751-W 20160327/160325234137-7d0141b984ba0d7c479b1e93c1dd4d03 (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 |