Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2017 FBO #5595
SOURCES SOUGHT

14 -- Army Tactical Missile System (ATACMS) Guided Missile and Launching Assembly (GMLA) Service Life Extension Program (SLEP)

Notice Date
3/17/2017
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W912NW) CCAD - (SPS), BLDG 129 MS 7 308 CRECY ST, CORPUS CHRISTI, Texas, 78419-5260, United States
 
ZIP Code
78419-5260
 
Solicitation Number
W31P4Q-16-R-006FIVE
 
Archive Date
4/6/2017
 
Point of Contact
Robert M.Jones, Phone: 2569559399, Robert M.Jones, Phone: 2569559399
 
E-Mail Address
robert.m.jones474.civ@mail.mil, robert.m.jones474.civ@mail.mil
(robert.m.jones474.civ@mail.mil, robert.m.jones474.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 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 FY18 Army Tactical Missile System (ATACMS) Guided Missile and Launching Assembly (GMLA) Service Life Extension Program (SLEP). 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 RFI 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. In the past, this requirement has been restricted to Lockheed Martin Missiles and Fire Control (LMMFC), Dallas, TX CAGE 64059 under the basis of the statutory authority permitting other than full and open competition 10.U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1 "Only One Responsible Source and No other Supplies or Services Will Satisfy Agency Requirement" since LMMFC has been the only known source that has the unique production and test equipment required to produce ATACMS GMLAs and the expertise necessary to perform required maintenance and repair services. However all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All offerors must meet prequalification requirements in order to be eligible for award. Requirement Statement: 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 a SLEP for the ATACMS GMLA, (2) evidence of past similar experience and how it supports the SLEP, (3) an attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first ATACMS GMLA to the U.S. Government, and (4) a recommended facility and supply chain partners with available capacity for this SLEP effort beginning in 2018. 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. ATACMS SLEP FY17 maximum production quantity: 200 ATACMS SLEP Additional supporting efforts will include spares, obsolescence, rate tooling, modifications, and integrated logistics support. 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. 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, Robert Jones, Contract Specialist, email address: robert.m.jones474.civ@mail.mil. Responses must be received no later than 22 March 2017 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-B, Robert Jones, BLDG 5305 (3rd Floor); Martin Road, Redstone Arsenal, Alabama 35898-5000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ae3cd9b15fb1c11063e59cad2b5fc7e)
 
Place of Performance
Address: Army Contracting Command - Redstone ATTN: CCAM-TM, Building 5303, Martin Road, Redstone, Arsenal, Alabama, 35898-5280, United States
Zip Code: 35898-5280
 
Record
SN04439097-W 20170319/170317234323-9ae3cd9b15fb1c11063e59cad2b5fc7e (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.