Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOURCES SOUGHT

14 -- Strategic and Operational Rockets and Missiles Guided Multiple Launch Rocket System (Sources Sought)

Notice Date
4/24/2025 8:50:20 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
W31P4Q25R0067
 
Response Due
5/8/2025 2:00:00 PM
 
Archive Date
05/23/2025
 
Point of Contact
Kyle R. Teegarden, Kutilda Farrar
 
E-Mail Address
kyle.r.teegarden.civ@army.mil, kutilda.j.farrar.civ@army.mil
(kyle.r.teegarden.civ@army.mil, kutilda.j.farrar.civ@army.mil)
 
Description
The Army Contracting Command � Redstone Arsenal is issuing this sources sought notice to conduct market research to identify parties having an interest in and the resources to produce for the Guided Multiple Launch Rocket System (GMLRS) to meet requirements of the Strategic and Operational Rockets and Missiles (STORM) Project Office. The scope of the contract includes production, tooling, engineering change proposals, and supporting activities of GMLRS rockets including unitary, alternative warhead (AW), and extended range (ER) rockets. DISCLAIMER �THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUESTER FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED, IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILTY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITONAL INFORMATION PERTAINING TO THE REQUIREMENT.� Program Background The GMLRS provides M270-series Multiple Launch Rocket System (MLRS) and M142 High Mobility Artillery Rocket System (HIMARS) equipped Field Artillery units with lethal and precise surface-to-surface, long-range rockets for point and area targets. Unitary employs a 200-lb class warhead that provides precision strike with low collateral damage. The AW employs a 200-lb class warhead of pre-formed penetrators that provides Cluster Munition Policy compliant area effects. The ER GMLRS variant carries either the unitary or AW warhead and doubles the current maximum design range. Submission Requirements The U.S. Government (USG) seeks white papers regarding the capabilities, past similar experience and technical approach to produce all variants of the GMLRS at a rate of 19,002 rockets annually with initial deliveries to occur February 2030. Responses will include assessment/opinion of the most efficient and cost-effective method of executing this effort. Industry is also encouraged to describe the benefits or risks associated with the inclusion of production options and recommendations on contracting approaches that provide best value to the USG while minimizing risk (especially cost risk) to the selected contractor. Technical data package specifications and drawings at the integrator level will be provided upon request, subject to approval by STORM Security. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than ten pitch. The deadline for response to this request is no later than 4 pm CST. All responses under this sources sought notice must be e-mailed to Contract Specialist. Kutilda Farrar, at kutilda.j.farrar.civ@army.mil and Contracting Officer Leslie Dyer, at leslie.k.dyer.civ@army.mil. This documentation must address at a minimum the following items: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. An attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first GMLRS munitions to the USG. 3. Can or has your company managed a team of subcontractors before? If so, provide details. 4. What specific technical skills does your company possess which ensure capability to perform the tasks? 5. Include in your response your ability to meet the requirements in the facility and safeguarding requirements. 6. A recommended facility and supply chain partners with available capacity to support GMLRS rocket procurement of a qualified design beginning in FY28. 7. A description of manufacturing capabilities for producing GMLRS munitions at the quantities indicated below: Maximum Production Quantities: GMLRS (All variants included in maximum production quantities) FY28: 19,002 FY29: 19,002 FY30: 19,002 FY31: 19,002 FY32: 19,002 TOTAL: 95,010 8. Respondent shall provide a plan and schedule for development and qualification of system and subcomponents to meet technical data package, specifications, and drawing requirements for GMLRS variants. The USG can provide TDP and drawings at the integrator level. The respondent shall be responsible for generating and/or obtaining TDPs at the subsystem level and below. Additional supporting efforts include, but are not limited to recurring production, obsolescence, engineering changes, system engineering and program management (SEPM), Integrated Logistics Support (ILS), Download/Demate (DL/DM), training data, support equipment, and rate tooling. Special Requirements Personnel and Facility Security Clearances. A DD Form 254 (Contract Security Classification Specification) shall apply to this requirement and the prime contractor shall have or demonstrate the ability to obtain a secret facility clearance. Berry Amendment Information Technology (e.g. Clinger-Cohen Act) and Cybersecurity Service Contract Act Government furnished property plan Eligibility The applicable NAICS code for this requirement is 336414. The Product Service Code is 1410. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Additional Information and Submission Details Submissions must include the following: Company name Company address CAGE code Point of contact Your response to this sources sought notice including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kutilda Farrar, and Contracting Officer, Kyle Teegarden, in either Microsoft Word or Portable Document Format, via email at kutilda.j.farrar.civ@army.mil and kyle.r.teegarden.civ@army.mil. All data received in response to this sources sought notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist and Contracting Officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise because of a response to this sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c0bfefb32c054e0393fd87f51dba8472/view)
 
Place of Performance
Address: Redstone Arsenal, AL, USA
Country: USA
 
Record
SN07421332-F 20250426/250424230055 (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.