Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2024 SAM #8212
SOURCES SOUGHT

14 -- Air-To-Ground-Missile Systems (AGMS) Production

Notice Date
5/20/2024 9:00:00 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
PANRSA-24-P-0000-009565
 
Response Due
6/5/2024 3:00:00 PM
 
Archive Date
06/20/2024
 
Point of Contact
Pamela R. Russell, Phone: 2563132764, Christina L Minnon
 
E-Mail Address
pamela.r.russell.civ@mail.mil, CHRISTINA.L.MINNON.CIV@MAIL.MIL
(pamela.r.russell.civ@mail.mil, CHRISTINA.L.MINNON.CIV@MAIL.MIL)
 
Description
Air-to-Ground Missile Systems (AGMS) Production FY26-30 PSC: 1410 Classification Code: 14 -- Guided Missiles NAICS Code: 336414- Guided Missile and Space Vehicle Manufacturing Notice Information Agency/Office: Army Contracting Command � Redstone Arsenal Location: ACC-RSA (W31P4Q) Description: The U.S. Army Contracting Command - Redstone Arsenal, AL (ACC-RSA) is issuing this sources sought notice (SSN) synopsis as a means of conducting market research to identify Businesses having an interest in and the resources to support this requirement for Production in support of, HELLFIRE (HF) Missile, and Joint Air to Ground Missile (JAGM) programs. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336414 and the size standard is 1,300 employees. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (RFP). This SSN does not constitute a commitment by the U.S. Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SSN OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Submission of any information in response to this SSN is purely voluntary. Information submitted in response to this SSN is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. � The Government will evaluate market information to ascertain potential market capacity to: 1) provide production of JAGM and HELLFIRE Missile Systems, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. Program Background: Currently, production of the HELLFIRE, and JAGM systems are provided by Lockheed Martin Missiles and Fire Control, Orlando, FL, (CAGE) Code 04939, on contract W31P4Q-23-C-0005. Previously, this firm was determined to be the only responsible source available to satisfy the agency�s requirements for this work in accordance with Federal Acquisition Regulation 6.302-1. The United States Government United States Government (USG) does not own a Technical Data Package (TDP) for the HELLFIRE Missile or the JAGM missile. The HELLFIRE and JAGM Missile Systems are defined as: Semi-Active Laser Guidance system (HELLFIRE) Semi-Active Laser and Millimeter Wave Radar Guidance System (JAGM) Pneumatic or Electro-Mechanical Control Section Single-Stage Solid-Propellant Solid-Fuel Rocket Motor Propulsion Section Options for Anti-Tank, Tandem, or Blast Frag Charge Warhead Section Capability of firing from rotary wing (RW) and fixed wing (FW) aircraft, unmanned aerial system (UAS), waterborne vessels and land-based systems. The anticipated effort will be done under a Firm-Fixed Price (FFP) or Fixed-Price Incentive Fee (Firm Target) (FPIF) contract with an anticipated Period of Performance (PoP) for AGMS Production contract will be 48 months from date of award. The USG will not provide funding for facilitation, tooling, or any qualification costs related to this effort. The proposed acquisition is to provide Production as depicted in the following paragraphs. Required Capabilities: The Contractor shall be able to provide resources, starting no later than approximately 4QFY26 to consist of program management, engineering, product assurance, logistics, configuration management, and test/evaluation support required to maintain the capability of the HELLFIRE, and JAGM missile systems. ��The contractor will also provide containers, pallets, environmental cover assemblies, special inspection equipment, software, supportability elements, platform interface and test sets.� The contractor will produce, test, and deliver up to 8,000 HELLFIRE and 1,200 JAGM Missiles annually, with additional Spares and Sub-components no later than 36 months from order. Interested businesses must submit evidence they can produce the quantities stated above within required lead time utilizing a qualified production line. The Government also requires compliance with ANSI/ISO/ASQ 9001:2015, AS 9100, or equivalent Systems Management. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above-listed production are hereby invited to submit a response to this SSN not later than the response date listed in this notice. Submitted capabilities statement shall be no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. All responses under this SSN must be in either Microsoft Word or Portable Document Format (PDF) and submitted via email to the primary point of contact listed in this notice. All data received in response to this SSN that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted via email to the contract specialist identified below. Responses must address at a minimum the following items: 1) Organization name, address, email address, Web site address, telephone number, and CAGE code. 2) Provide a description of your company�s expertise and experience in providing production support for HELLFIRE, and JAGM missile systems. 3) Describe, in general, your company�s approach to developing the capability to provide production support of HELLFIRE, and JAGM missile systems. 4) What type of work has your company performed in the past in support of the same or similar requirement? 5) Can or has your company managed a task of this nature? If so, please provide details. 6) Can or has your company managed a team of subcontractors before? If so, provide details. 7) What specific technical skills does your company possess which ensure capability to perform the requirements? Contract Specialist, Ms. Christina Minnon, email to christina.l.minnon.civ@army.mil Due no later than 5:00 p.m. CST on 05 June 2024 and reference this synopsis number in subject line of e-mail and on all enclosed documents. DO NOT SUBMIT CLASSIFIED MATERIAL. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submission.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45eac7ddc4b64c43b77292be56111f30/view)
 
Place of Performance
Address: Orlando, FL 32819, USA
Zip Code: 32819
Country: USA
 
Record
SN07070836-F 20240522/240520230057 (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.