SOURCES SOUGHT
J -- Overhaul and Repair and Return (R&R) for the HAWK Missile System
- Notice Date
- 10/16/2024 8:01:06 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-D-0004
- Response Due
- 10/31/2024 9:00:00 AM
- Archive Date
- 11/15/2024
- Point of Contact
- Ebony C Williams, B. Dean Angell
- E-Mail Address
-
ebony.c.williams7.civ@army.mil, burrel.d.angell.civ@army.mil
(ebony.c.williams7.civ@army.mil, burrel.d.angell.civ@army.mil)
- Description
- This is a Sources Sought for a new contract for the Overhaul and/ or Repair and Return for the HAWK Missile System. 1. The U.S. Government�s (USG) intent is to identify companies capable of operating a depot level repair and rebuild (R&R) of major assemblies and sub-assemblies for the Homing All the Way (HAWK) Missile Systems belonging to various Foreign Military Sales Partners.� The major items to be repaired are mechanical and electromechanical parts and assemblies that are components of the following major end items and their major assemblies of the HAWK Missile Defense System: a. �Continuous Wave Acquisition Radar (CWAR) PN: 13039088 NSN: 1430-01-184-6768 b.� High Power Illuminator (HPI) PN: 13219212 NSN: 1430-01-191-8780 c. �PCP AN/MSW-20 PN: 13039013 NSN: 1430-01-180-5318 d. �PCP AN/MSW-19 PN: 11568123 NSN: 1430-01-084-1131 e. �Mobility BCP AN/MSQ-125 PN: 13384689 NSN: 1430-01-365-1714 f. �Mobility PCP AN/MSW-21 PN: 13235391 NSN: 1430-01-365-1715 g. �HAWK Loader (Diesel and Gas configurations) PN: 11675300 NSN: 1450-00-066-8873 h. �HAWK Loader Diesel Configuration PN: 8036057 NSN: 1450-00-768-7046 i. �Hawk Digital Launcher PN: 13235388 NSN: 1440-01-364-3292 j.� Hawk Analog Launcher PN: 10674109 SN: 1440-00-805-3012 k.� Sentinel Radar PN: 13548692 NSN: 1430-01-420-8077 l.� Pulse Acquisition Radar PN: 11510155 NSN: 1430-01-042-4908 2.� The U.S. Government�s (USG) is also interested in the depot level repair and rebuild (R&R) of the following Field Maintenance Equipment: a.� SHOP 1 PN: 11568010 NSN: 4935-01-083-3129 b.� SHOP 2 PN: 13233655 NSN: 4935-01-218-7089 c. SHOP 3 PN: 11566271 NSN: 4935-01-051-8691 d.� SHOP 5 PN: 10104005 NSN: 4935-00-740-6220 e.� SHOP 8 PN: 11569302 NSN: 4935-01-042-4909 f.� SHOP 8 (TSM-178) PN: 13233658 NSN: 4935-01-218-7088 g.� SHOP 20 (TSM-190) PN: 13234428 NSN: 4935-01-282-9256 h.� SHOP 20 (TSM-202) PN: None NSN: 4935-01-389-9842 i.� SHOP 21 (TSM-209) PN: None NSN: 4935-01-414-9929 j.� SHOP 21 (TSM-181) PN: None NSN: 4935-01-256-3435 k.� SHOP 23 PN: 13385540 NSN: 4935-01-378-0083 l.� MTS PN: 10182605 NSN: 4935-00-782-1957 3.� The U.S. Government�s (USG) is also interested in the depot level repair and rebuild (R&R) of HAWK XXI � Phase 4 equipment: a.� Battery Fire Distribution Center PN: 60184732-00 No NSN b.� Battalion Operations Center PN: 60184731-00 No NSN �4.� The U.S. Government�s (USG) is also interested in the depot level repair and rebuild (R&R) of HAWK missiles: INTERCEPT-AERIAL GUIDED MISSILE (MIM-23) 5. �Each prospective vendor must provide information on experience and/or history with HAWK R&R with their response.� 6. �All information received will be used for planning purposes only. It shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as an obligation on the part of the USG to respond, or to acquire any products or services. 7. �Any response to this synopsis will be treated as information only.� No entitlement to payment of direct or indirect costs or changes by the USG will arise as a result of contractor submission of responses to this synopsis.� The information provided may be used by the Army in developing it Acquisition Strategy and its Statement of Work/ Statement of Objective or Performance Specifications.� Not responding to this RFI does not preclude participation in any future RFP, if issues.� If the USG issues a solicitation, the solicitation will be synopsized on the SAM.gov website.� It is the responsibility of any potential offeror to monitor the SAM.gov website for additional information pertaining to this requirement. 8. �Both CLASSIFIED and UNCLASSIFIED assets will be included. Each prospective contractor shall have in place and effective an economical quality system in accordance with (IAW) ANSI/ISO/ASQ-Q, or equivalent system as agreed by between the contractor and the United States Government (USG). Security procedures require the contractor adhere to the HAWK Security Guide, ITAR, NISPOM, HSPD-12, DoD, DoD 5220.22-M, with Change 1 (ISL-97-1 Jul 97) and Change 2, ISL 01, Feb 01) as well as any other applicable changes or amendments. Information shall be provided on experience in providing the same services to any other USG entities. Such information must include contract number(s), award dates, in providing the same services as other USG entities. Such information must include contract number(s) award dates (s) and points of contact. General information on the responding contractor�s capabilities is welcome. However, each responder shall address the paragraphs above. Limit responses to no more than five pages. The point of contact for this notification and any requests/questions may be directed in writing to Contracting Office Address; Army Contracting Command � Redstone, Attn: CCAM-MLH Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4f9e67701c7342839f176855a8b1d49c/view)
- Record
- SN07241964-F 20241018/241016230108 (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 |