Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2021 SAM #7306
SOURCES SOUGHT

99 -- Improved Armored Cabs (IAC) for the Multiple Launch Rocket System (MLRS)

Notice Date
11/30/2021 2:26:59 PM
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-22-R-0013
 
Response Due
12/30/2021 3:00:00 PM
 
Archive Date
01/14/2022
 
Point of Contact
Nathaniel B. Cunningham, Phone: 2568426325, Scott E. Leach, Phone: 2568427212
 
E-Mail Address
Nathaniel.B.Cunningham.civ@mail.mil, scott.e.leach.civ@mail.mil
(Nathaniel.B.Cunningham.civ@mail.mil, scott.e.leach.civ@mail.mil)
 
Description
This announcement is being used as a means of conducting market research. The intent is to identify contractors having the interest in and resources to fulfill the Army�s need. The information gathered through market research will be used to guide acquisition planning decisions. 1.0�� �Description 1.1�� � The Strategic, Operational, Rockets and Missiles (STORM) Project Office (PO) has a requirement to provide continued production of Improved Armored Cabs (IAC) for the Multiple Launch Rocket System (MLRS) (hereafter referred to as IAC Modification Kits) for the Department of Defense. 1.2�� � The IAC kits provide increased crew protection by replacing the armor surrounding the crew to meet ballistic protection requirements, provide blast protection seating, enhancing the transparent armor, and reducing training requirements for the crews by providing more commonality between the MLRS and High Mobility Artillery Rocket System Launcher. 1.3�� � THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. �This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. �This request for information does not commit the Government to contract for any supply or service whatsoever. �Further, the Army is not, at this time, seeking proposals and will not accept unsolicited proposals. �Responders are advised that the United States Government (USG) 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 party�s expense. �Not responding to this RFI does not preclude participation in any future RFP, if issued. �If a solicitation is released, it will be synopsized on the Federal Business Opportunities website (https://www.Beta.sam.gov). It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0�� �Background 2.1�� � The MLRS Launcher variants require system updates to remain viable and supportable base on over thirty years of being in service. Recent developmental efforts to accomplish this objective are concluding, leading to this acquisition plan for production of a major update to the system - the IAC Modification Kits. 2.2�� � The USG intends to award this requirement on a Firm Fixed Price contract consisting of a Base Year plus Four (4) one (1) Year Option Periods to cover FY23-FY28 production. The prospective contract will have a maximum duration of five (5) years with the capacity to produce 20 IAC Modification Kits per year and Associated Spare Parts. � 2.3�� �The NAICS Code assigned to this RFI is 336992 (Armored military vehicles (except tanks) and parts manufacturing).� 3.0�� �Responses 3.1�� � All responses shall be unclassified. 3.2�� � All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. 3.3�� � The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to the personnel listed in paragraph 4.2. 3.4�� � In order to receive a copy of the Technical Data Package (TDP), interested vendors should submit an initial response to the personnel listed in paragraph 4.2. Vendors must submit their company name, Company and Government Entity (CAGE) Code, and appropriate point of contact. �The TDP is categorized as Distribution D and contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or The Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.), as amended. �Violations of these export laws are subject to severe criminal penalties. �This also applies to distribution of the TDP to all Subcontractors at every level. �Pursuant to limitation of Distribution D, the IAC TDP is restricted to the Department of Defense and U.S. DoD contractors only. � After USG validation of each interested vendor�s security accreditation and eligibility, a complete copy of the Technical Data Package (TDP) will be transmitted electronically via DOD Secure Access File Exchange or other secure file exchange deemed appropriate by the Contracting Officer. 3.5�� �The vendor�s final response to the RFI must be received within 30 calendar days of the publishing date of this notice and should include a white paper of no more than 20 pages. Interested vendors with the NAICS code 336992 should submit a white paper that demonstrates their firm�s qualifications. At a minimum, the white papers should include the following: -�� �Name of contractor -�� �Location of contractor -�� �CAGE code -�� �Point of Contact� -�� �Substantiated example(s) of any ballistic welded vehicles, hulls, or cab structures that were manufactured, or are currently being manufactured, under a DoD contract or subcontract -�� �Evidence that the contractor is International Traffic in Arms Regulations (ITAR) compliant and currently registered with the State Department Directorate of Defense Trade Controls (DDTC) 4.0�� �Questions 4.1�� � Questions regarding this announcement shall be submitted in writing by e-mail to the personnel listed in paragraph 4.2. �Verbal questions will NOT be accepted. � 4.2�� � All questions shall be submitted to the points of contact listed below:� Scott Leach, Contracting Officer U.S. Army Contracting Command - Redstone CCAM-PFB Scott.e.leach.civ@mail.mil Nate Cunningham, Contract Specialist� U.S. Army Contracting Command � Redstone� CCAM-PFB Nathaniel.B.Cunningham.civ@mail.mil 5.0�� �Summary Interested vendors should request a copy of the IAC Technical Data Package (TDP) within 10 calendar days of the date that this noticed was published. The USG will validate each requestor�s security accreditation and distribute the TDP accordingly. The vendor�s shall submit a white paper of no more than 20 pages within 30 calendar days of the publishing date of this notice. All inquiries or submissions shall be in writing. USG will not pay for any information or administrative costs incurred in response to this notice.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/392a7e986af64eb3bf6d781846054e41/view)
 
Record
SN06188098-F 20211202/211130230132 (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.