SOURCES SOUGHT
14 -- M270A2 Launcher Production via Recapitalization of Non-Mission Capable Multiple Launch Rocket System M270A0 Launchers
- Notice Date
- 4/14/2017
- 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-17-R-0114
- Archive Date
- 5/30/2017
- Point of Contact
- Justin McDaniel, Phone: 2568760845
- E-Mail Address
-
justin.l.mcdaniel10.civ@mail.mil
(justin.l.mcdaniel10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for the production of M270A2 launchers via recapitalization of Non-Mission Capable (NMC) Multiple Launch Rocket System (MLRS) M270A0 launchers. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is released pursuant to FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Due to the level of the controlled data, the contractor must possess a US facility clearance. In the past, requirements involving PFRMS' product portfolio have been restricted to Lockheed Martin Missiles and Fire Control (LMMFC), Dallas, TX CAGE 64059 under the basis of the statutory authority permitting other than full and open competition 10.U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1 "Only One Responsible Source and No other Supplies or Services Will Satisfy Agency Requirement" since LMMFC has been the only known source that has the expertise necessary to perform required maintenance and repair services. However, if a future RFP is issued, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All offerors must meet prequalification requirements in order to be eligible for award. Requirement Statement: The Government seeks white papers regarding the capabilities, past similar experience, and technical approach to this recapitalization effort and industry's assessment/opinion of the most efficient and cost effective method of executing this effort. The response should include: (1) a description of manufacturing capabilities that supports a recapitalization program of a major end item, (2) evidence of past similar experience and how it supports a recapitalization program, and (3) a recommended facility and supply chain partners with available capacity for this recapitalization effort.. Industry is also encouraged to describe the benefits or risks associated with inclusion of production options and recommendations on contracting approaches that provide a best value to the Government while minimizing risk (especially cost risk) to the selected contractor. Additional supporting efforts will include integration, spares procurement, obsolescence, and modifications. RFI Purpose and Limitations: The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 20 pages, to include cover letter. In addition, up to five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Any attachments should also be limited to no more than 20 pages per attachment. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response. All questions and industry responses shall be submitted electronically via email to Army Contracting Command-Redstone, Justin McDaniel, Contract Specialist, email address: justin.l.mcdaniel10.civ@mail.mil. Responses to this RFI must be received no later than 15 May 2017 and must be in compliance with all applicable Army, DoD, and Federal policies. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7e46ced711c185b6d2223f769ad78ad4)
- Place of Performance
- Address: Army Contracting Command- Redstone Arsenal, CCAM-TM-B, Building 5303, Martin Road, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04473082-W 20170416/170414234342-7e46ced711c185b6d2223f769ad78ad4 (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 |