Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2014 FBO #4758
SOURCES SOUGHT

14 -- Multiple Launch Rocket System (MLRS) M270A1 Improved Armored Cab (IAC) Kits

Notice Date
12/2/2014
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q15R0040
 
Response Due
12/18/2014
 
Archive Date
1/31/2015
 
Point of Contact
Lalita Irving, 256-955-0965
 
E-Mail Address
ACC-RSA - (Missile)
(lalita.l.irving.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898, on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for production of the Multiple Launch Rocket System (MLRS) M270A1 Improved Armored Cab (IAC) and the following associated kits: Cab Window; Chassis Armor; Hatch; Seat; Insulation, iInterior; Cab Tie Down; Door; Suspension; 600 HP Power; Engine Compartment Seals; Cab Lift; Stowage Mod Kit; Pressure Gauge; Heater; Fire Suppression; Gear Selector Console; Chemical Air Filtration Unit (CAFU); Insulation, Engine Compartment; Windshield Wiper/Washer; Radio and Intercom; Electrical Installation; Auxiliary Power Unit (APU)/ Electronic Control Unit (ECU). THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is released pursuant to FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Requirement Statement: Exhibit potential to produce IAC with associated kits using Government provided performance specifications and a Government provided Technical Data Package (TDP). -Illustrate the manufacturing expertise required to bid and compete for yearly production contracts for the production of armored vehicle structural components. -Provide supporting history of past performance of armored vehicle structural component production. -Illustrate the capability to produce a viable IAC through the use of the Government-provided Performance Specifications and TDP. -All cabs must be compatible with the MLRS Launch Pod Container (LPC), M270A1 Launcher, its physical dimensions (height, width, length) as well as overall weight constraints, and existing logistical assets. The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this production effort and industry's assessment/opinion of the most efficient and cost effective method of executing this effort. The response should include: (1) a description of manufacturing capabilities that supports production of the IAC and the associated kits, (2) evidence of past similar experience and how it supports the production of the IAC kits, and (3) an attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first IAC kit to the U.S. Government (4) a recommended facility that has available capacity for this production effort beginning in April 2016. Industry is also encouraged to describe the benefits or risks associated with inclusion of production options and recommendations on contracting approaches that provide a best value to the Government while minimizing risk (especially cost risk) to the selected contractor. Potential levels of production would be 30-40 IAC kits per year (with first year quantity of 16). DRAFT FY16 THRU FY21 Projections for IAC: FY16 - QTY 16 FY17 - QTY 48 FY18 - QTY 41 FY19 - QTY 40 FY20 - QTY 40 FY21 - QTY 40 RFI Purpose and Limitations: The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 20 pages, to include cover letter. In addition five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. 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 Federal Business Opportunities (FedBizOpps) website and a copy of the IAC specifications and TDP will be provided upon request. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response. All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, Lalita Irving, Contract Specialist, email address:lalita.l.irving.civ@mail.mil. Responses must be received no later than 18 December 2014 and be in compliance with all applicable Army, DoD and Federal policies. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned. Contracting Office Address: Department of the Army, Army Contracting Command - Redstone; Attention: CCAM-TM-C, Lalita Irving, BLDG 5303 (3rd Floor); Martin Road, Redstone Arsenal, Alabama 35898-5000. Place of Performance: Army Contracting Command - Redstone ATTN: CCAM-TM, Building 5303, Martin Road Redstone Arsenal AL 35898-5280 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aee823dbf9b69fa431a29beead2d324c)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03585283-W 20141204/141202235021-aee823dbf9b69fa431a29beead2d324c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.