Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2023 SAM #7893
SOURCES SOUGHT

14 -- Patriot Production IDIQ

Notice Date
7/6/2023 6:19:20 AM
 
Notice Type
Sources Sought
 
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
W31P4Q-23-R-0TBD
 
Response Due
7/14/2023 2:00:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Victoria Byrd, Martin V. Patton, Phone: 2568762060
 
E-Mail Address
victoria.l.byrd4.civ@army.mil, martin.v.patton.civ@army.mil
(victoria.l.byrd4.civ@army.mil, martin.v.patton.civ@army.mil)
 
Description
This Request for Information / Sources Sought is to identify any interested sources before soliciting a non-competitive acquisition per Federal Acquisition Regulation (FAR) 6.302-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�. This inquiry is to support a new contract action within the Integrated Fires Mission Command (IFMC) and Short and Intermediate Effectors for Layered Defense Project Offices (POs), specifically, the PATRIOT Ground Support Equipment Product Office (PdO) and Lower Tier Interceptor PdO. This is not a solicitation for proposals and no contract shall be awarded from this announcement. This is not a request for proposal. This acquisition is anticipated to be sole source to Raytheon Company, 350 Lovell Street Andover MA 01810, Commercial and Government Entity (CAGE) Code 05716, pursuant to the authority, 10 United States Code (USC) 3204(a)(1), as implemented by FAR 6.302-1(a)(2)(ii)(A) and (B) entitled ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� Raytheon Company is the original equipment manufacturer and sole developer for the PATRIOT weapon system major end items and components for sustainment of systems globally. The Government anticipates a new PATRIOT production Indefinite Delivery, Indefinite Quantity contract to include the following: hardware, software, and services inherent to production (e.g., inspection, logistics support, program management, configuration management, product assurance, verification of system performance, hazardous material management, obsolescence management, safety), facilitization, spares, test equipment, tooling, and documentation associated with domestic and foreign production of the PATRIOT weapon system. The Government anticipates any resultant contract to include five one-year ordering periods and one five-year option pursuant to FAR 52.217-9, Option to Extend the Term of the Contract. �� The responses shall address: Ability to provide the technical resource, footprint, scientific performance, and vendor capability to produce the PATRIOT weapon system. Identification of critical components, long-lead components or subsystems, associated long lead-time, and any potential risks (cost, technology, or schedule) based on current capability,�qualification, and manufacturing lead times. Identification of key Government Furnished Property needed. Driving assumptions and risks associated with the production starting in Fiscal Year 2024. Response is due on Friday, July 14, 2023 at 4:00PM Central Standard Time and shall be delivered via encrypted email or DoD SAFE (https://safe.apps.mil/). For email submission, send to victoria.l.byrd4.civ@army.mil THIS IS NOT A SOLICITATION.� This notice is a sources sought notice and is not a request for competitive proposals or quotations.� Submission of any information in response to this notice is purely voluntary, and the Government assumes no financial responsibility for any costs incurred by respondents in developing the information provided to the Government.� This sources sought information does not constitute a commitment, implied or otherwise.� Responses in any form are not offers and the Government is under no obligation to award a contract to a respondent to this notice. Responses to this notice will only be used to determine capability/availability of sources and serve as a supplementary market research tool to determine acquisition strategy.� Responders are solely responsible for all expenses associated with responding to this sources sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/445dce1fb58443e0ab96804dbdb8192c/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06739680-F 20230708/230706230057 (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.