Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2012 FBO #3728
SOURCES SOUGHT

14 -- Transportation Equipment Manufacturing / Guided Missile and Space Vehicle Manufacturing

Notice Date
2/6/2012
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-12-R-0075
 
Response Due
3/6/2012
 
Archive Date
5/5/2012
 
Point of Contact
Erica L. McClain, 256-842-7320
 
E-Mail Address
ACC-RSA - (Missile)
(erica.mcclain@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898, on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for integration of the Guided Multiple Launch Rocket System - Unitary (GMLRS-U) rocket. This RFI is released pursuant to FAR 15.201(e). Interested sources will provide a white paper describing their recommended strategies. Responses must be in compliance with all applicable Army, DoD and Federal policies. Requirement Statement: Exhibit potential to develop, integrate, and produce GMLRS-U rockets using Government provided performance specifications. -Illustrate the manufacturing expertise required to bid and compete for yearly production contracts for the production of large scale rocket/missile production. -Provide supporting history of past performance of large scale rocket/missile production. -Illustrate the capability to develop and produce a viable GMLRS-U rocket through the use of the GMLRS-U Performance Specifications. -All rockets must be fully compatible with the MLRS Launch Pod Container (LPC), and its physical dimensions (height, width, length), as well as overall weight constraints. Rockets and LPC must be fully compatible with the M270A1 launcher, M142 launcher, and existing logistical assets. A Request for Proposal (RFP) for this effort may be issued in the future. The Government seeks white papers regarding the technical approach to this development and industry's assessment/opinion of the most efficient and cost effective method of executing this effort. The response should include: (1) an attached tier one schedule (Microsoft Project) in sufficient detail showing the events from contract award to delivery of the first pod of rockets to the U.S. Government that can be type classified with full materiel/safety release (2) a cost estimate (MS Excel file) which includes personnel, hardware, test range support and facilitization of the production facility to attain Low Rate Initial Production and Full Rate Production. For estimating purposes, potential levels of production would be 1500, 2000, or 2500 rocket systems per year. Include a list of equipment (Microsoft Word) to be provided by the U.S. Government as Government Furnished Equipment (GFE) that will be required to execute this task. Industry is also encouraged to describe the benefits or risks associated with inclusion of production options and recommendations on contracting approaches that provide a best value to the Government while minimizing risk (especially cost risk) to the selected contractor. The documents listed below are available for authorized DOD contractors eligible to receive Distribution C and D documents, and will be distributed on a case by case basis. Appropriate legal and security requirements will be satisfied prior to providing any requested technical data. System Nomenclature: Rocket Pod, 298 Millimeter Functional Baseline Performance Specifications: MIS-PRF-49155 (Guided Multiple Launch Rocket System (GMLRS) Unitary M31 Rocket Pod, 298mm) Rev Dash Functional Baseline Interface Control documents (ICDs): 13214701 (POD-TO-M270A1 Launcher Interface) Rev Dash MIS-48811 (Interface Control Document for the M270A1 Launcher to Munitions Launch Pod Assembly Interface) Rev B MIS-49157 (Missile Command Specification Interface Control Document for the Rocket Pod, 298MM, M31 Rocket) Rev E Allocated Baseline Performance Specification: MIS-PRF-49002 (Performance Specification for the Guided Multiple Launch Rocket System Rocket Motor) Rev F MIS-PRF-49147 (Performance Specification for the Guided Multiple Launch Rocket System Unitary Warhead Assembly ) Rev Dash MIS-PRF-49173 (Performance Specification for the GMLRS Unitary Electronic Safe and- Arm Fuze (ESAF)) Rev C MIS-PRF-49003 (Performance Specification for the Guided Multiple Launch Rocket System Control Actuation Set (CAS) ) Rev G MIS-PRF-49001 (Performance Specification for the Guided Multiple Launch Rocket System Guidance Set (GS)) Rev J MIS-PRF-49180 (Performance Specification for the Guided Multiple Launch Rocket System (GMLRS) Thermal Battery) Rev C MIS-PRF-49146 (Performance Specification for the Guided Proximity Sensor) Rev G Allocated Baseline ICDs: 13540153 (Rocket Motor ICD) Rev D 13540788 (Warhead, HE, Unitary ICD ) Rev J 13540789 (Fuze Assembly ICD) Rev B 13540155 (Control Section ICD) Rev J 13540154 (Guidance Set (ICD)) Rev G 13540207 (Thermal Battery ICD) Rev B 13540737 (Proximity Assembly, (ICD)) Rev F RFI Purpose and Limitations: The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 20 pages, to include cover letter. In addition, five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, Erica L. McClain, Contract Specialist, email address: erica.mcclain@us.army.mil, or LaVerne Askew, Contracting Officer, email address: laverne.askew@us.army.mil. Responses must be received no later than March 6, 2012. Responses must reference Solicitation Number: W31P4Q-12-R-0075. No telephone request will be accepted. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued as Market Research, solely for information and planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services. Any response to this synopsis will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c7c0db57b085dcde268075d787c37f64)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM-TM-B, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02668346-W 20120208/120206234409-c7c0db57b085dcde268075d787c37f64 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.