SOURCES SOUGHT
14 -- M270 Multiple Launch Rocket System
- Notice Date
- 8/15/2024 9:35:30 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
- W31P4Q24R9999
- Response Due
- 9/16/2024 2:00:00 PM
- Archive Date
- 09/17/2024
- Point of Contact
- James Bedsole, Michelle Toney
- E-Mail Address
-
james.e.bedsole.civ@army.mil, susan.m.toney3.civ@army.mil
(james.e.bedsole.civ@army.mil, susan.m.toney3.civ@army.mil)
- Description
- M270 Multiple Launch Rocket System INTRODUCTION Army Contracting Command � Redstone Arsenal (ACC-RSA) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in, and the resources to support, the six-year requirement (FY27-FY32) for M270A2 Multiple Launch Rocket System (MLRS) contract supporting the Strategic and Operational Rockets and Missiles Project Office. The scope of the planned contract will include production of M270A2 MLRS launchers via recapitalization of United States (U.S.) Army M270A0/A1 launchers, delivery of spare kits, and instruction of new equipment training courses, for both US and international M270 MLRS users. DISCLAIMER THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE OR INVITATION FOR BID OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. PROGRAM BACKGROUND The U.S. Army requires modernization of its existing fleet of M270A1 MLRS launchers. The primary scope of the program is to recapitalize M270 MLRS launchers to the M270A2 MLRS configuration. The M270A2 MLRS launcher enhancements consist of an upgraded M993A2 carrier vehicle including the Improved Armored Cab and the Common Fire Control System. The modernization effort includes both cooperative and foreign military sales partners who are actively upgrading their M270 MLRS launcher capabilities to the M270A2 configuration to achieve operational and production synergy alongside the U.S. Army. REQUIRED CAPABILITIES Red River Army Depot is a directed sub for the M993 carrier effort. The technical data packages (TDP) for the M269 launcher loader module and the M993 carrier will be provided to interested vendors upon request. The USG will evaluate market information to ascertain potential market capacity to: (1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; (2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements, (3) implement a successful project management plan that includes compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and (4) provide services under a performance-based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. A DD Form 254 (Contract Security Classification Specification) shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance. Berry Amendment Information technology (e.g., Clinger-Cohen Act) and cybersecurity Service Contract Act Government furnished property plan ELIGIBILITY The applicable North American Industry Classification System code for this requirement is 336414. The Product Service Code is 1425. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than 10 pages in length in Times New Roman font of not less than 10 pitch: (1) organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and (2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The deadline for response to this request is no later than 4 PM, Central Daylight Time, 16 Sep 2024. All responses under this sources sought notice must be e-mailed to the Contract Specialist, Michelle Toney, at susan.m.toney3.civ@army.mil and the Contracting Officer, James Bedsole, at james.e.bedsole.civ@army.mil. This documentation must address at a minimum the following items: (1)� What type of work has your company performed in the past in support of the same or similar requirement? (2)� Can or has your company managed a task of this nature? If so, please provide details. (3)� Can or has your company managed a team of subcontractors before? If so, provide details. (4)� What specific technical skills does your company possess which ensure capability to perform the tasks during the required period of performance 30 April 2027 to 30 April 2032. (5)� Include in your response your ability to meet the requirements in the Facility and Safeguarding requirement. Your response to this sources sought notice, including any capabilities statement, shall be electronically submitted to the Contracting Specialist, Michelle Toney, and the Contracting Officer, James Bedsole, in either Microsoft Word or Portable Document Format, via email at susan.m.toney3.civ@army.mil and james.e.bedsole.civ@army.mil. All data received in response to this sources sought notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the USG. No phone calls will be accepted. All questions must be submitted to the contract specialist and the contracting officer identified above. The USG is not committed nor obligated to pay for the information provided, and no basis for claims against the USG shall arise because of a response to this sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/903b6416c68c4a99b236ea4082324575/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07173035-F 20240817/240815230128 (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 |