Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOURCES SOUGHT

14 -- SOURCES SOUGHT NOTICE (SSN) FOR ARMY LONG RANGE HYPERSONIC WEAPON SYSTEM GROUND SUPPORT EQUIPMENT

Notice Date
10/24/2022 6:55:52 PM
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-23-C-0008
 
Response Due
11/8/2022 2:00:00 PM
 
Point of Contact
Joseph M. Carroll, Phone: 256-313-2611, Cindy Spruill
 
E-Mail Address
joseph.m.carroll42.civ@army.mil, cynthia.j.spruill.civ@army.mil
(joseph.m.carroll42.civ@army.mil, cynthia.j.spruill.civ@army.mil)
 
Description
1. Synopsis This is a SOURCES SOUGHT NOTICE (SSN). This is NOT a Request for Proposal (RFP). No solicitation exists at this time. This SSN is issued pursuant to Federal Acquisition Regulations (FAR) 10.001(a)(2)(i) and (3)(i). The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. By this notice, Program Executive Office, Missile and Space (PEO MS) is only requesting capability statements from potential contractors. On 3 May 2022, the Government published a Notice of Intent (NOI) to sam.gov that it planned to award a sole source contract to Lockheed Martin Space for the follow-on Long Range Hypersonic Weapon (LRHW) Ground Support Equipment (GSE) effort.� The NOI closed on 18 May 2022.� The Army received no response from the posting.� Since the issuance of NOI, the Government determined it is likely to change the acquisition approach to FAR based from a prototype Other Transaction Agreement (pOTA).� This SSN supersedes the previous NOI. PEO MS is currently assessing the means to fabricate, integrate and deliver additional of systems and subsystems of the LRHW GSE.� The LRHW GSE includes a Transporter Erector Launcher (TEL) and a Battery Operations Center (BOC) Command, Control and Communication Node, and All Up Round plus Canister (AUR+C) emulators used for training as well as supporting equipment. �This effort will provide additional quantities in support of fielding LRHW Batteries 2 (FY25) and 3 (FY27). �The requirement description is as follows: a) Fabricate, integrate and deliver eight (8) LRHW Transporter Erector Launchers (TELs) and two (2) Battery Operation Centers (BOCs) to support of fielding LRHW Batteries 2 and 3 and an additional TEL and BOC with each Battery to allow for permanent training.� b) Update the existing technical data package (TDP) and specifications generated for the existing LRHW GSE. c) Upgrade the existing LRHW Battery 1 GSE to be current with the Batteries delivered under this contract d) Fabricate, integrate and delivery a reload trailer necessary to transport and support reload activities of the AUR+C assets.� e) Support Government led Ground Tests and Joint Flight Campaigns. f) Update existing software for an LRHW system for future capability g) As feasible, update existing LRHW GSE to meet upgraded and improved LRHW Batteries 2 and 3 characteristics to maximize uniformity and capabilities of the weapon system.� 2. PROFICIENCY QUESTIONS PEO MS is seeking input from Industry to determine if there are sources with the facilities and proficiency required for executing the following requirements: a) Demonstrate the Contractor can fabricate, integrate, test and deliver a LRHW TEL and BOC for fielding and training by Q4FY25 (Battery 2) and Q4FY27 (Battery 3). Does your company possess the experience to fabricate, integrate, test and deliver TELs and BOCs required to perform the task described in (a)? ___Yes� _____No Does your company possess facilities sufficient to meet the requirements defined in item? If no, when will your company possess sufficient facilities to meet the requirements? ___Yes� _____No Has your company previously delivered and fielded a LRHW TEL and BOC? ___Yes� _____No b) Demonstrate the Contractor has experience with the current LRHW System and System Architecture to update the TDP. Does your company currently have the experience to meet the requirements described in (b)? ___Yes� _____No How long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) c) Facility, manpower capability and experience to upgrade the design of the existing LRHW TEL, BOC and GSE for Battery 1. Does your company currently have the facility, manpower capability and experience to meet the requirements described in (c)? ___Yes� _____No If no, when will your company be able to achieve capabilities and experience to meet the requirements of (c)? d) Demonstrate the Contractor can fabricate, integrate and deliver a reload trailer necessary to transport and support reload activities of the All Up Round plus Canister (AUR+C) assets. Does your company possess the technical knowledge, experience and engineering skill sets required to perform the task described in (d)? ___Yes� _____No If yes, how long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) If no, when will your company be able to achieve capabilities and experience to meet the requirements of (d)? e) Demonstrate the Contractor can provide planning, engineering, test, execution and logistical services for the LRHW system and flight test events starting in Q2FY23. Does your company possess the technical knowledge, experience and skill sets required to perform the tasks to provide planning, engineering, test, execution and logistical services for the LRHW system and flight test events described in (e)? ___Yes� _____No f) Facility and manpower capability and experience to support development, fabrication, integration, testing, and maintaining a LRHW System Hardware in the Loop (HWIL) and LRHW System Integration Lab (SIL) for current and future capabilities. Does your company possess the technical knowledge, experience and engineering skill sets required to perform the task described in (f)? ___Yes� _____No If yes, how long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) g) Demonstrate the Contractor can perform Systems Engineering efforts required to define and design changes to the LRHW System and System Architecture as it relates to requirements for advanced communications through Science and Technology (S&T) Technology Insertion (TI) points and incorporate the TI into previous and future Batteries. Does your company possess the technical knowledge, experience and engineering skill sets required to perform the task described in (g)? ___Yes� _____No If yes, how long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) These potential efforts neither reflect any endorsement by the Department of Defense nor do they reflect any policy considerations that may apply to any given concept (e.g., basing arrangements, treaty compliance, etc.). This SSN and related information will be available only through the Internet at SAM.gov website (https://sam.gov/content/home).� The Government will not provide information in response to any written, telephone, or facsimile requests. The FBO website provides downloading instructions. Distribution of all future information about this SSN will be through the SAM.gov website. Interested parties are responsible for monitoring the SAM.gov website to assure they have the most up-to-date information on this notice. Please visit said website and FAQs for information and assistance regarding any downloading or other issues. 3. RESPONSE REQUIREMENTS 3.1 General. Interested parties shall submit one white paper that demonstrates their capabilities and experience to fabricate, integrate, test and deliver an Army LRHW system. Failure to provide a response does not preclude participation in any possible future RFP, if issued. 3.2 Page Format. Responses shall be submitted in Microsoft Word or Adobe Acrobat Portable Document Format (PDF) format and reference: XX SSN ARMY LRHW. Page size must be 8.5 x 11 inches. The top, bottom, and side margins must beat least 1 inch. Pages must be numbered sequentially. The text must be no less than 12 points and use Times New Roman font. 3.3 Page Limitations. The white paper shall not exceed 20 single-sided pages. Each page must be counted except for the following: a) Cover Page b) Company Information c) Size Status 3.4 Organization & Content. Responses shall be organized into the following sections with the following information: A) Introduction: Provide a brief company introduction and relevant details of the company/organization, including any potential teaming approach. Additionally, interested parties shall identify if their company has the capability to be a prime contractor or if it is only interested in subcontracting opportunities. Ensure responses include the following information: COMPANY INFORMATION Company Name: CAGE Code: DUNS Number: Company Address: Point of Contact (POC): POC Title: POC Email Address: POC Phone Number: Size Status: Please indicate the percentage of the actual work requirements for these items that you would intend to perform as the Prime Contractor. ___% B) Proficiency Answers � Provide the responses to section 2 questions. C)�Capabilities � Succinctly address the contractor�s ability to manage the types and magnitude of tasking, technical ability to perform the task, and the capacity to conduct the requirements of the task. D) Experience �This section should include specific demonstrated capabilities, knowledge, and experience for each capability. Identify any demonstrated expertise and experience that can be directly applied to the development and evaluation of Army LRHW system capabilities. E) Place of Performance. Provide the expected place of performance. Identify existing facilities for manufacturing, assembly, and component, subsystem, and system integration, qualification, production, and flight-testing required to support the Army LRHW system. Describe or depict process flow for production, to include concept of location and shipping, which demonstrates ability to maintain continuous production through the contract Period of Performance (PoP). F) Period of Performance. In addition to providing the ongoing support detailed for Battery 1 for a period of performance of up to 60 month, the Contractor must be able to deliver a TEL and BOC incorporating Technology Insertions to support delivery of Battery 2 in Q4FY25 and a possible Battery 3 in Q4FY27 to meet the Government need.� This also includes support for solider New Equipment Training (NET) and future flight tests within 60 months of contract award. Provide the company�s approach to meeting this timeline, and estimated timeframe, from contract award to flight test, including key assumptions and planning factors. G) Estimated Cost/Price. No estimated cost or price is requested at this time. This SSN will help the Government determine if there are sources capable of satisfying its potential requirements. 3.5 Classification. Interested parties must ensure responses are unclassified and appropriately marked. 3.6 Deadline. Interested parties shall submit one electronic response via email by 5:00pm Eastern Standard Time on 8 November, 2022, to CONTRACTING OFFICER Joseph M. Carroll (joseph.m.carroll42.civ@army.mil).�Subject line of the email shall be as follows: �SSN for GSE on LRHW System�. 4. DISCLAIMER This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SSN does not commit the Government to solicit offers or award a contract. The information provided in this SSN is subject to change and is not binding on the Government. Respondents are advised that ALL costs associated with responding to this SSN will be solely at the interested parties� expense, and the U.S. Government will not pay for any information or costs incurred or associated with submitting a response to this SSN.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0e3f23900934699a94f1777c487d6ff/view)
 
Place of Performance
Address: Huntsville, AL 35807, USA
Zip Code: 35807
Country: USA
 
Record
SN06501439-F 20221026/221024230059 (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 |
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.