Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

A -- RFI for updated Rocket Pod (RP) design for GMLRS

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q17R0039
 
Archive Date
1/28/2017
 
Point of Contact
Christy L. Reed, Phone: 2568768988, Timothy O. Fitzpatrick, Phone: 2568421293
 
E-Mail Address
christy.l.reed.civ@mail.mil, timothy.fitzpatrick3.civ@mail.mil
(christy.l.reed.civ@mail.mil, timothy.fitzpatrick3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e) regarding exchanges with industry before receipt of proposal. Purpose: 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 Request for Information (RFI) with the intent to serve as a market survey to aid in determining whether responsible sources exist for an updated Rocket Pod (RP) design for a potential Guided Multiple Launch Rocket System (GMLRS) variant and whether this effort can be awarded on a competitive basis. The RP shall be backwards compatible with both MFOM launchers. The pod will be limited to interfacing with the current launcher suite mechanically and electrically and not limited to the current pod structure. As a result of issuing this RFI, the USG expects to receive data describing the proposed concept and methodology to assist in programmatic planning. The USG will use this information to determine the best acquisition strategy for this procurement. Objectives: Please request export controlled attachment from POC. General Metrics: Please request export controlled attachment from POC. Responses: Responses shall be presented in white paper or briefing format, and shall detail the fundamental mechanical and interface architecture. Sufficient technical detail must accompany the response to show integration feasibility within the metrics outlined in the attachment. If the vendor anticipates additional cost to grow the technology to maturity, then the vendor shall submit a timeline and funding schedule that matures the technology to meet the target metrics. A summary of how the vendor can address potential pod production quantities of 500 and 1000 per year with separate information for munition tubes in a quantity of 3000 and 6000 per year is also required. Submissions shall be in.pdf format and shall be limited to no more than 25 one-sided 8.5" x 11" pages and 11 font Arial size with one inch margins; line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). All replies to this special announcement must reference RFI- W31P4Q17R0039. All responses shall include company size status under the North American Industry Classification System (NAICS) code 541712 as stated below. Submit all responses via email to this special announcement with reference to RFI- W31P4Q17R0039, ATTN Ms. Christy Reed, christy.l.reed.civ@mail.mil. Responses must be received no later than 13 January 2017. For this proposed RFI- W31P4Q17R0039, the definitions in FAR 19.001 and small business size standard for NAICS 541712, size standard 1000 employees will apply. The research and test data produced under a resultant demonstration may contain Military Critical Technology List (MCTL) information whose export is restricted by the Arms Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. This RFI is issued for market research and for planning purposes only, and shall not be considered a Request for Proposal (RFP) or Invitation for Bid (IFB); an obligation from the USG to acquire any products or services; or an authorization to incur any cost in anticipation of such authorization. The USG does not intend to reimburse respondents for information solicited or for costs of any other activities associated with responding to this RFI, including participation in any demonstration. The information provided herein is subject to change and in no way binds the USG to pursue any course of action described herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29dbb68d93663e7fe47dbb76ddd211ae)
 
Place of Performance
Address: Army Contracting Command - Redstone ATTN: CCAM-TM, Building 5303, Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04352771-W 20161217/161215234418-29dbb68d93663e7fe47dbb76ddd211ae (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.