SPECIAL NOTICE
99 -- THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE PROTOTYPE PROJECT: ground launched Long Range Hypersonic Weapon (LRHW)
- Notice Date
- 5/3/2022 1:04:18 PM
- Notice Type
- Special Notice
- Contracting Office
- ACC RSA
- ZIP Code
- 00000
- Solicitation Number
- PANRSA-22-P-0000-006930
- Response Due
- 5/18/2022 12:00:00 PM
- Point of Contact
- Allison Freckman
- E-Mail Address
-
allison.a.freckman.civ@army.mil
(allison.a.freckman.civ@army.mil)
- Description
- NOTICE OF INTENT: Development and delivery of a prototype ground launched Long Range Hypersonic Weapon (LRHW) system Prototype Project under Other Transaction Agreement (OTA) THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE PROTOTYPE PROJECT AND IS NOT A REQUEST FOR PROTOTYPE PROPOSALS OR WHITE PAPERS. The United Stated Army Program Executive Office for Missile and Space (PEO MS) intends to issue a sole source Request for Prototype Proposal (RFPP), in accordance with 10 U.S.C. � 4022 (formerly10 U.S.C. � 2371b), to Lockheed Martin Space, �4800 Bradford Drive, Huntsville, AL 35807, for the award of a prototype OTA to develop and integrate a new iteration of systems and subsystems of the ground support equipment (GSE) for the Long Range Hypersonic Weapon (LRHW) System capability along with support for the prototype equipment. PEO MS has a requirement to develop and integrate new prototype systems and subsystems of the GSE for the LRHW System capability for the Department of the Army with enhanced capability.� The GSE that comprises the system includes a Transporter Erector Launcher (TEL) and a Battery Operations Center (BOC) Command, Control and Communication Node, and All-Up-Round+Canister (AUR+C) Emulators used for training as well as supporting equipment.� This effort will prototype additional quantities in support of fielding LRHW Batteries 2 (FY25) and 3 (FY27) for additional demonstration and evaluation.� The new capabilities include support for future data links with the in-flight missile, the ability to address mobile targets and incorporating lessons learned from flight tests. In addition, the system will also receive improvements through advanced wireless communications between the BOC and TEL, improved GPS capabilities and various reliability improvements.� Each battery will include an additional TEL and BOC to allow for development of an institutional training base.� Also included within this scope is the development, fabrication, integration and delivery of a reload trailer necessary to transport and support reload activities of the AUR+C assets.�� The existing technical data package (TDP) and specifications generated for the existing LRHW System and System Architecture require further development, but will be considered the baseline from which all of the changes are generated. Changes, to include additions, shall be added to the TDP for the LRHW system.� Support, sustainment, and maintenance will be provided to allow tests and demonstrations for the prototype equipment developed under competitively awarded Aviation and Missile Technology Consortium (AMTC) prototype OTA number W9124P-19-9-0001 (GM-19-11-01) and the prototype equipment developed under this effort.� Based on the above information and the fact that the TDP is incomplete, the U.S. Army PEO Missiles and Space in coordination with Rapid Capabilities and Critical Technologies Office (RCCTO) believes Lockheed Martin Corporation is the only responsible source capable to develop and deliver this prototype within the required schedule and cost. Competition of this effort is not practicable and will not meet mission and fielding requirements. This notice of intent is not a request for competitive proposals or white papers. A solicitation document will not be posted for this requirement; however, all responsible sources may submit a capability statement demonstrating the ability to provide the requested enhanced prototypes, which shall be considered by the agency before the intended award date. Subcontracting opportunities may be available and should be sought with the prime, Lockheed Martin Corporation. Interested parties should submit a capabilities statement with a maximum of ten (10) pages. Responses should include, but are not limited to the following: Capabilities to prototype the hardware and software for the TELs and BOC with new capabilities based upon a baseline design. Experience prototyping hardware and software for the TELs and BOC Capabilities to prototype the hardware and software for the AUR+C Emulators with new capabilities based upon a baseline design. Experience prototyping the hardware and software for the AUR+C Emulators Experience in maturing concepts into prototypes that resulted in field-testing with live fire events. Schedule Ground rules and assumptions Provide a Rough Order of Magnitude (ROM) cost Ability to support the prototype equipment in support of tests and demonstrations. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The Government shall not reimburse interested sources for any information provided. No requests for capability briefings will be honored. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Interested vendors must respond to this notice by 18 May 2022. The POC is the Contract Specialist, Allison Freckman, at allison.a.freckman.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f9b7edb077c54b8bbc3b0813b1ece181/view)
- Place of Performance
- Address: Huntsville, AL 35807, USA
- Zip Code: 35807
- Country: USA
- Zip Code: 35807
- Record
- SN06315059-F 20220505/220503230102 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |