SOURCES SOUGHT
99 -- Sources Sought (SS)/Request for Information (RFI) for the Javelin Weapon System (JWS). The SSN/RFI is for the Javelin Weapon System for Fiscal Year (FY) 2027 - 2036
- Notice Date
- 3/27/2025 6:30:38 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
- 27-36SSN
- Response Due
- 4/11/2025 9:00:00 PM
- Archive Date
- 04/27/2025
- Point of Contact
- Vernitra Hilton
- E-Mail Address
-
vernitra.l.hilton.civ@army.mil
(vernitra.l.hilton.civ@army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THE PURPOSE OF THIS NOTICE IS SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE AND NO CONTRACT SHALL BE AWARDED FROM THIS ANNOUNCEMENT. THIS ANNOUNCEMENT IS ISSUED IN SUPPORT OF MARKET RESEARCH, TO GATHER INFORMATION, AND TO IDENTIFY POTENTIAL SOURCES. Interested parties are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SSN. All costs associated in responding to this SSN will be solely at the interested parties� expense. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. Responsible, interested parties may identify their interest and capability by responding to this notice. No information marked {Proprietary} will be disclosed outside of the Department of Defense. The USG will consider all information received prior to the closing date of this notice. The U.S. Army Contracting Command � Redstone (ACC-R) is issuing this Sources Sought Notice/Request for Information as a means of conducting market research to identify parties interested supporting the continued manufacturing of the Javelin Weapon System (JWS) for FY27-36, which will include services and supplies in support of continued JWS procurements and life-cycle support to meet current and future requirements. The TAGM Project Office is conducting Market Research for services and supplies in support of continued JWS procurements and life-cycle support to meet current and future requirements. The JWS is a medium range, imaging infrared, fire-and-forget, man-portable, anti-tank weapon system developed for the US Army and the US Marine Corps (USMC) to meet the combat developer�s requirements as specified in the Joint Service Operational Requirement. The JWS includes a tactical round command launch unit, training devices, and spare components. Interested vendors should indicate the ability to provide services and supplies in support of continued JWS procurements to include Javelin missiles, launchers, vehicle adapters, trainers, spare batteries and spare components, and life-cycle support as well as associated Engineering inclusive but not limited to, development, design reviews, configuration management, product and quality assurance, obsolescence management and mitigation, maintainability, and test and evaluation support. The government does not intend to provide a JWS Technical Data Package to support this market research as they do not own a full TDP. The Raytheon/Lockheed Martin Javelin Joint Venture, Commercial and Government Entity (CAGE) Code 0FCZ3 is the original developer and owner of the JWS. The proposed North American Industry Classification Systems (NAICS) Code is 336414, which has a corresponding Size Standard of 1,250. This acquisition will require access to classified information. This acquisition will require personnel with a Secret Security clearance. Submission Instructions: Interested parties, who consider themselves qualified to perform the above listed services, are invited to submit a response via email to this Sources Sought Notice by 1500 CST on 12 April 2025. All responses to this Sources Sought must be submitted to Vernitra Hilton, Contract Specialist, at vernitra.l.hilton.civ@army.mil. All questions and comments concerning this Sources Sought should be e-mailed to the POC�s aforementioned above no later than 5 days before the closing date of this notice to give the POC sufficient time to provide a response and must be in writing: no telephone calls. Interested parties should submit a white paper addressing the technical approach to the anticipated effort, past similar experience, and industry assessment of the most efficient method to execute this effort. Responses should include the following information: Organization name, address, POC, email address, web-site address, telephone number, and size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) number and CAGE Code. Tailored capability statements addressing the particulars of this effort, 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. Additionally, provide a description of similar services offered to the Government and/or to commercial customers for the past three years submission. Submissions shall not exceed 20 pages (8.5 X 11 inches). Format of submissions shall be in accordance with the outline above. Font shall be 12 pitch with one-inch borders. No information marked {Proprietary to company name} will be disclosed outside of the Department of Defense. No telephone inquiries will be accepted. The documentation provided will not be returned. This is not a Solicitation and does not obligate the Government to issue a Solicitation. Attachments/Links No attachments or links have been added to this opportunity. Contact Information Contracting Office Address AMCOM CONTRACTING CENTER MISSILE REDSTONE ARSENAL, AL 35898-5090 USA Primary Point of Contract Vernitra Hilton
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3a74b0dcd7d74309bf6e9e8d517027a4/view)
- Place of Performance
- Address: Huntsville, AL, USA
- Country: USA
- Country: USA
- Record
- SN07389723-F 20250329/250327230054 (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 |