SOURCES SOUGHT
14 -- Request for Information
- Notice Date
- 4/13/2017
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- 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
- W31P4Q-17-R-0110
- Archive Date
- 5/12/2017
- Point of Contact
- Tameka A. Parker, Phone: 2563130060
- E-Mail Address
-
tameka.a.parker2.civ@mail.mil
(tameka.a.parker2.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 Request for Information/Sources Sought (RFI/SS) to ascertain the level of qualified vendors desiring to contract for production of the High Mobility Artillery Rocket System (HIMARS) Field Artillery Launchers (FAL) Fleet Expansion requirement. THIS IS A RFI ONLY - This RFI is issued solely for information and planning purposes only - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. 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. Responders 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: The Government seeks white papers from sources 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 HIMARS launchers. (2) Evidence of past similar experience and how it supports HIMARS launchers. (3) Each vendor should have a facility with a clearance level of at least CONFIDENTIAL and a current inspection on file with Defense Security Services. Vendors must also have supply chain partners with available capacity for this HIMARS effort. 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. Additional supporting efforts will include spares, obsolescence, modifications, and integrate required components. 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 plan 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, Tameka Parker, Contract Specialist, email address: Tameka.a.parker2.civ@mail.mil. Responses must be received no later than 27 April 2017 and be in compliance with all applicable Army, Department of Defense 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, Ms. Tameka Parker, BLDG 5303 (3rd Floor); Martin Road, Redstone Arsenal, Alabama 35898-5000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff84436eda05f93331f937a392dad37a)
- Place of Performance
- Address: ARMY CONTRACTING COMMAND-REDSTONE, ATTENTION: CCAM-TM-B, MS. TAMEKA PARKER, BLDG 5303 (3RD FLOOR), MARTIN ROAD, REDSTONE ARSENAL, Alabama, 35898-5000, United States
- Zip Code: 35898-5000
- Zip Code: 35898-5000
- Record
- SN04471409-W 20170415/170413234717-ff84436eda05f93331f937a392dad37a (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 |