SOLICITATION NOTICE
14 -- Undefinitized Contract Action (UCA) to support the Low Rate Initial Production (LRIP) of Lightweight Command Launch Units (LW CLUs)
- Notice Date
- 5/25/2022 8:10:12 AM
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q19C0076-P00067
- Response Due
- 6/9/2022 1:00:00 PM
- Archive Date
- 07/04/2022
- Point of Contact
- Coralynn H. Woods, Phone: 256-955-3024, Laquetta Atkins, Phone: (256) 842-1767
- E-Mail Address
-
coralynn.h.woods.civ@army.mil, laquetta.k.atkins.civ@army.mil
(coralynn.h.woods.civ@army.mil, laquetta.k.atkins.civ@army.mil)
- Description
- The U.S. Army Contracting Command, Redstone Arsenal, Alabama is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the Javelin Undefinitized Contract Action (UCA) in support of the Low Rate Initial Production (LRIP) of Lightweight Command Launch Units (LW CLUs) on Javelin Production contract modification W31P4Q-19-C-0076-P00067. The purpose of the Javelin UCA LRIPLW CLUs requirement is to stand prepared for the potential global impact of current events in United States European Command (EUCOM). The product to be provided by the contractor includes Lightweight Command Launch Units (LW CLUs). The Government does not own a full Technical Data Package (TDP) for the Javelin Weapon System. The proposed North American Industry Classification (NAICS) Code is 336414- Guided Missile and Space Vehicle Manufacturing. It is anticipated that this award will be made utilizing an other than Full and Open Competition (FAOC) approach in accordance with Federal Acquisition Regulation (FAR) 6.302-l, Only One Responsible Source. The Government intends to solicit and award a Firm- Fixed Price contract for this requirement. This acquisition will require access to classified information. This acquisition will require personnel with a secret security clearance. The anticipated contract period of performance is 30 June 2022 through 30 June 2025. There is no Solicitation at this time. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is strictly voluntary. The Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information requests. All responses will be considered. Extraneous materials (brochures, manuals, etc.) will not be considered. If your organization has the potential capacity to perform this requirement, please provide the following information: Organization name, address, POC, email address, web-site address, telephone number, and size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Submission Instructions: Interested parties who consider themselves qualified to perform the above listed requirement are invited to submit a response to this Sources Sought Notice by 1500 CST on 09 June 2022. All responses to this Sources Sought Notice must be emailed to Laquetta.k.atkins.civ@army.mil and coralynn.h.woods.civ@army.mil. All questions and comments concerning this Sources Sought should be emailed to the POC's aforementioned and must be in writing; no telephone calls. Disclaimer: This Sources Sought Notice is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ae7500cb43c452ba417cfabebb8053e/view)
- Place of Performance
- Address: Tucson, AZ 85734, USA
- Zip Code: 85734
- Country: USA
- Zip Code: 85734
- Record
- SN06338360-F 20220527/220526100758 (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 |