SOURCES SOUGHT
J -- PATRIOT Engineering Services (ESM) 2025
- Notice Date
- 11/16/2023 2:57:47 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- PATRIOTESM2025
- Response Due
- 12/15/2023 9:00:00 AM
- Archive Date
- 12/30/2023
- Point of Contact
- Adam Sheir, Phone: 443-903-8358
- E-Mail Address
-
adam.d.sheir@dla.mil
(adam.d.sheir@dla.mil)
- Description
- Description: This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This Request for Information (RFI) is being issued to accomplish market research and support planning for the below listed requirements. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. 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 SAM.gov site. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Background: The government is seeking interested contractors to provide services to support the PATRIOT Engineering Services for the PATRIOT Weapon System Program. The intended award will be executed under a Task Order against Contract SPRBL1-15-D-0017. These activities include such engineering activities as program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing. These services include test requirements and the continued modernization and integration of the PATRIOT Weapon System to other systems that provide the Air and Missile Defense (AMD) capabilities to the US and Foreign Military Sales (FMS) customers. This effort also includes spiral software development, integration, and testing for the PATRIOT weapon system. The contractor must possess the necessary technical knowledge to perform these services comprehensively at the system level to ensure both compatibility and performance to the technical specification of the system. This includes but is not limited to the capacity to understand both the integration and repair of all associated parts to the system specification level. The performance period for this effort is projected to commence on or about 1 February 2025. Please note that this is not a Request for Proposal. This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government. Requirement: This Government requirement is to establish a Performance Based Logistics effort which includes item management, wholesale depot Supply, depot level repair, and procurement for the PATRIOT Missile Weapon System. Request that interested contractors provide the following: 1. A description of your company's expertise and experience in providing Performance Based Logistics for the PATRIOT Missile Weapon System, which includes item management, wholesale depot Supply, depot level repair, and procurement. 2. Describe, in general, your company's approach to developing the capability to provide Engineering Services activities which include engineering activities such as program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing with a performance period beginning February 1, 2025. Interested firms who believe they are capable of providing the above mentioned services are invited to indicate their interest by providing the following information to the contract specialist listed below: 1. Company name, company address, overnight delivery address (if different from mailing address, Cage Code, point of contact, e-mail address, telephone number, fax number. 2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) 3. Affirmation of cleared personnel. 4. A description of the company's expertise in providing manufacturing expertise and producing services on the hardware as identified above. 5. The company's experience in meeting contractual due dates for similar type efforts. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. The experience/expertise description should be no longer than 5 pages. Send your response to the Contract Specialist, Adam Sheir, at email Adam.d.Sheir@dla.mil, no later than 4:00 p.m. on December 14th, 2023. No telephone or facsimile submissions will be accepted. Responses will not be returned nor will be considered by the Government as offers. Contracting Office Address: 6565 Surveillance Loop Drive Room C1-301 Aberdeen Proving Ground, Maryland 21005 United States Primary Point of Contact: Adam Sheir, Contract Specialist adam.d.sheir@dla.mil Phone: (443) 903-8358
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/72ec0ce28fd54db0b48acd15af16b60c/view)
- Record
- SN06888213-F 20231118/231116230049 (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 |