Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOURCES SOUGHT

A -- Request for Information for Mobile-Long Range Precision Strike Missile (M-LRPSM)

Notice Date
11/1/2023 11:25:55 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-24-R-0014
 
Response Due
11/17/2023 2:00:00 PM
 
Archive Date
12/02/2023
 
Point of Contact
Jazmyne D. Williams, Andrea S. Dixon
 
E-Mail Address
jazmyne.d.williams2.civ@army.mil, andrea.s.dixon1.civ@army.mil
(jazmyne.d.williams2.civ@army.mil, andrea.s.dixon1.civ@army.mil)
 
Description
This is a Request for Information (RFI).� The Program Executive Office (PEO) Missiles and Space (M&S), Tactical Aviation and Ground Munitions (TAGM) Project Office, on behalf of the Warfighter, is conducting market research to support the acquisition strategy for the Mobile-Long Range Precision Strike Missile (M-LRPSM) Directed Requirement. The U.S. Government (USG) is seeking an immediate capability that is readily available to bridge a current gap/operational requirement. This capability must address the technical requirements outlined below along with the development of an interface kit that would allow operation on the Joint Light Tactical Vehicle (JLTV) or the Infantry Squad Vehicle (ISV) currently fielded in the Infantry Brigade Combat Team (IBCT). This RFI is for informational purposes only. This is not a request for proposal (RFP). �This RFI does not constitute a solicitation and shall not be construed as a commitment by the USG. Responses in any form are not offers and the USG is under no obligation to award a contract because of this notice. No funds will be provided to pay for preparation of responses to this notice. Any information submitted by respondents to this request is strictly voluntary. No later than (NLT) 21 days from the date of issuance, interested businesses should provide a Statement of Capability that clearly articulates their proposed solution along with information on company background and past performance relevant to the requirements stated in this notice. The USG is seeking to own the full Technical Data Package (TDP) for the interface kit to be developed at the USG�s expense between the selected missile/munition and the vehicle. The USG will only consider submissions that address the full scope of work outlined below. The defining technical requirements for the M-LRPSM are as follows in order of priority: Must be effective against various target types to include: Armored vehicles (stationary and in defilade) Troops Field Fortifications Urban Structures Must achieve a range of 25km or greater. Must be transportable by existing IBCT light tactical vehicle platforms (JLTV or ISV). ?Should have the ability to adjust missile flight, retarget, and abort. Should have the ability to employ four missiles from a single launcher simultaneously. Should be survivable and resilient in denied, degraded, intermittent, and�limited-bandwidth (DDIL) environments, enabling the system to operate and�protect itself against attacks on embedded network, cyberspace,�electromagnetic spectrum (EMS), and position, navigation, and timing (PNT)�capabilities.? A time to target requirement is currently undefined however a reduced time of flight will be a key consideration. Cost/schedule/performance information requested: Procurement lead-time for available solutions from agreement award to delivery. Current max production capacity including surge capacity and headspace available. Current pricing data on launchers and munitions in quantities of 6, 12, and 18 for launchers; and 24, 48, and 72 for munitions. Estimated cost of interface kit development including the associated interface TDP package. Anticipated time required upon receipt of Government Furnished Equipment (GFE) vehicles to develop and produce an interface kit for launcher to be secured on vehicle and ready for live-fire demonstration. Key performance characteristics of proposed solution that support the above requirements by Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL), including, but not limited to, size, weight, minimum and maximum range, power required, lethality, and time of flight to 25km. Past performance should emphasize the following areas: Experience in the integration of missiles/munitions on platforms to provide long range effects for the Warfighter, include Modular Open System Approach (MOSA) compliance. Previous success in providing logistics support through a materiel release process and sustainment of a product. Vision for future product improvements with proposed timeline and costs. State areas where anticipated Intellectual Property or Proprietary rights would be claimed and what the benefit would be to the USG (Cost or Schedule). Provide, as attachments, any USG test reports, vendor demonstration reports, operational test reports, etc., that justify stated TRL. Substantiate MRL assessment according to the criteria in the DoD MRL Deskbook 2018. Responses should also include: Company Name, CAGE code, DUNS, and address of the contractor. Point of contact including name, title, phone number, and email address. Size of contractor, average annual revenue for the past three years and number of employees. Whether the business is currently classified as a Traditional or Non- Traditional Defense Contractor. Anticipated Non-Traditional Defense Contractor participation. Questions may be sent to andrea.s.dixon1.civ@army.mil and jazmyne.d.williams2.civ@army.mil NLT 10 days from issuance of the RFI. Answers to all questions will be sent to all interested parties within 15 days from issuance of the RFI. Vendors wishing to participate in an industry day may reach out to andrea.s.dixon1.civ@army.mil and jazmyne.d.williams2.civ@army.mil NLT 7 days from issuance of the RFI. Logistical details will be shared with all interested parties. No extensions to the RFI period will be granted. Please send submissions via email to andrea.s.dixon1.civ@army.mil.� Submissions shall not exceed 20 pages (8.5 X 11 inches).� Font shall be size 12 with one-inch borders.� Format of submissions shall be in accordance with the outline above.� All information must be submitted at no cost or obligation to the Government.� No information marked {Proprietary to company name} will be disclosed outside of the Department of Defense and supporting Government support contractors.� TAGM plans to use non-Government support contractors to assist the Government in their assessment of industry responses resulting from this announcement. Each respondent must be willing to sign non-disclosure agreements with these non-Government support contractors so TAGM can properly protect the proprietary information submitted. The Government could choose to use any of the following non-Government support contractors on the below list during this assessment. This list is subject to change. To facilitate the non-disclosure agreement process, email requests for non-Government support contractor POC information to: Andrea Dixon at andrea.s.dixon1.civ@army.mil and Jazmyne Williams at jazmyne.d.williams2.civ@army.mil. Simulation Technologies Incorporated, 7067 Madison Pike Suite 100, Huntsville, AL 35806 Defense Enterprise Solutions, 200 Clinton Avenue, Suite 610, Huntsville, AL 35801 KBR, 345 Bob Heath Dr., Huntsville, AL 35806 Global Business Solutions LLC, 316 S Baylen St, Suite 500, Pensacola, FL 32502 Science Applications International Corporation Inc, 6725 Odyssey Drive NW, Huntsville, AL 35806 In accomplishing their duties relating to the review process, the above-mentioned firms may require access to Proprietary Information contained in the industry responses. Therefore, these firms must execute an agreement with each industry respondent that states that they will (1) protect the respondent's information from unauthorized use or disclosure for as long as it remains proprietary and (2) refrain from using the information for any purpose other than which it was furnished. To expedite the review process, each industry respondent should contact the above companies to effect execution of such an agreement prior to submission of their response(s). Each industry respondent shall submit copies of the agreements with their response(s) or provide a definitive statement that the industry respondent does not consent to the release of the information to the aforementioned. All submissions must be readable by Microsoft (MS) Word 2013, MS Excel 2013, or Adobe Acrobat. All submissions must be unclassified. No telephone inquiries will be accepted.� The documentation provided will not be returned. All submittals will be treated (and marked) at a minimum Controlled Unclassified Information (CUI). This is not a Solicitation and does not obligate the Government to issue a Solicitation. The NAICS code related to this action is 336414.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b223117108a641f39104969489ff7741/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06873920-F 20231103/231101230059 (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.