Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
SOURCES SOUGHT

14 -- Air to Ground Missiles (AGMS) Production

Notice Date
10/22/2019
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missiles, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q20R0001
 
Archive Date
11/21/2019
 
Point of Contact
Jennifer A. Weaver, Phone: (256) 955-0114, Pamela R. Russell, Phone: (256) 313-2764
 
E-Mail Address
jennifer.a.weaver12.civ@mail.mil, pamela.r.russell.civ@mail.mil
(jennifer.a.weaver12.civ@mail.mil, pamela.r.russell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER This sources sought is for informational and planning purposes only and does not constitute a Request for Proposal (RFP). It is a survey to locate potential sources. It does not constitute a solicitation and shall not be construed as a commitment by the Government to issue a contract nor is it a guarantee of a forthcoming solicitation or contract. It is for market research only. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this announcement. All costs associated with responding to this sources sought will be solely at the interested parties' expense. Respondents are responsible for adequately marking proprietary information in their response. No basis or claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. Responses in any form are not offers, and respondents will not be notified of results. Any information submitted by respondents to this technical description is strictly voluntary. PROGRAM BACKGROUND The Air to Ground Missile Systems (AGMS) Family of Munitions include: Helicopter Launched Fire and Forget (HELLFIRE) and Joint Air to Ground Missile (JAGM) variants. This family of munitions provide multiple platforms the ability to engage targets with point precision strike capability to defeat heavy advanced armor, individual hard point and non-traditional targets. The AGM-114R HELLFIRE and AGM-179 JAGM variants are currently in production. The HELLFIRE family of missiles consists of all HELLFIRE variants with the exception of HELLFIRE Longbow. HELLFIRE missiles uses a semi-active laser terminal guidance and includes warhead improvements and an updated electronic fuze. The HELLFIRE missiles can be fired from rotary wing (RW) and fixed wing (FW) aircraft, unmanned aerial system (UAS), waterborne vessels and land based systems. The JAGM System consists of a dual-mode guidance section mated to a HELLFIRE Romeo missile bus (warhead, control actuator system, rocket motor, and associated electronics). Joint service RW, FW and UAS will use the JAGM System for destruction of high value stationary, moving, and relocatable land and naval targets from standoff range. JAGM is compatible with all joint force and allied RW, FW, and UAS that are currently compatible with the HELLFIRE missile. The JAGM System uses 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. REQUIRED CAPABILITIES The Government requires the AGMS in Fiscal Year (FY) 22 through FY25 with maximum quantities of 11,000 in FY22, FY23, FY24 and FY25. The Government also requires qualified test assets, test sets, support equipment, and initial spares to support the AGMS. The intent of this Sources Sought is to assess the state-of-the-art technology available in Air-to-Ground missiles that could be applied to meet this requirement. Interested parties must submit evidence of missile design maturity commensurate with a qualified missile system to include hardware, software, firmware, and full compatibility across the AGMS portfolio and the M299 Launcher. Interested parties must also submit evidence they are capable of producing the quantities stated above using a qualified production line. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of SECRET. ELIGIBILITY The applicable NAICS code for this requirement is 336414- Guided Missile and Space Vehicle Manufacturing. SUBMISSION DETAILS Interested businesses can request additional information required to determine interest and/or capability by submitting such request to Ms. Jennifer Weaver via email at jennifer.a.weaver12.civ@mail.mil. Interested businesses should submit a brief capability statement package (no more than ten (10), 8.5 X 11 inch, pages with font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this technical description. Documentation should be in bullet format. No phone or email questions in regard to the status of this requirement will be accepted. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ms. Jennifer Weaver, in either Microsoft Word or Portable Document Format (PDF), via email jennifer.a.weaver12.civ@mail.mil no later than 5:00 p.m. CST on 01 November 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb6860ed6824f8edf875f19aedbd7c2a)
 
Record
SN05479489-W 20191024/191022230418-eb6860ed6824f8edf875f19aedbd7c2a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.