Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2016 FBO #5202
SOURCES SOUGHT

14 -- Guided Multiple Launch Rocket System (GMLRS) FRP 13

Notice Date
2/18/2016
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W912NW) CCAD - (SPS), BLDG 129 MS 7 308 CRECY ST, CORPUS CHRISTI, Texas, 78419-5260, United States
 
ZIP Code
78419-5260
 
Solicitation Number
W31P4Q-16-R-0092
 
Archive Date
3/15/2016
 
Point of Contact
Ryne Joyner, Phone: 256-842-9430, Deanna Desarro, Phone: 2568765926
 
E-Mail Address
ryne.w.joyner.civ@mail.mil, deanna.l.desarro.civ@mail.mil
(ryne.w.joyner.civ@mail.mil, deanna.l.desarro.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 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 production of the Guided Multiple Launch Rocket System (GMLRS) Unitary and Alternative Warhead, and Low Cost Reduced-Range Practice Rocket (LCRRPR) rocket systems. The RFI covers a class of contract awards, to be made during successive years, to support the GMLRS program. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is released pursuant to FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. In the past, this requirement has been restricted to Lockheed Martin Missiles and Fire Control (LMMFC), Dallas, TX CAGE 64059 under the basis of the statutory authority permitting other than full and open competition 10.U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1 "Only One Responsible Source and No other Supplies or Services Will Satisfy Agency Requirement" since LMMFC has been the only known source that has the required tooling, facilities, trained staff, and proprietary data necessary to manufacture GMLRS and LCRRPR rocket systems. However all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All offerors must meet prequalification requirements in order to be eligible for award. Requirement Statement: The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this production effort and industry's assessment/opinion of the most efficient and cost effective method of executing this effort. The response should include: (1) a description of manufacturing capabilities that support the production of the GMLRS and LCRRPR, (2) illustration of manufacturing expertise required to bid and compete for yearly production contracts for the production of large scale rocket/missile production, (3) evidence of past similar experience of large scale rocket/missile production, (4) an attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first GMLRS and LCRRPR to the U.S. Government, (5) evidence of the capability to develop and produce a viable GMLRS rocket through the use of the GMLRS Performance Specification and the LCRRPR Performance Specification and (6) a recommended facility and supply chain partners with available capacity for this production effort beginning in 2018. 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. PROJECTED QUANTITIES: YR GMLRS PODS LCRRPR PODS 1 653 758 2 430 768 3 536 688 4 488 780 5 687 748 All international requirements are based on future (unsigned) FMS cases or requirements of cooperative partners (United Kingdom, France, Germany or Italy). Additional supporting efforts will include download/demate for M26 tactical pods, integrated logistics support, obsolescence efforts, and modifications. 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. 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 any is issued. If a solicitation is released, 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. Multiple awards may be pursued depending on industry response. All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, NAME, Contract Specialist, email address: ADDRESS. Responses must be received no later than DD MON YEAR and be in compliance with all applicable Army, DoD and Federal policies. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e5f00d8706bc7e2b052b373bfcc76bf8)
 
Place of Performance
Address: Department of the Army, Army Contracting Command - Redstone;, Attention: CCAM-TM-B, NAME, BLDG 5303 (1st Floor); Martin Road, Redstone Arsenal, Alabama, 35898-5280, United States
Zip Code: 35898-5280
 
Record
SN04023984-W 20160220/160218234948-e5f00d8706bc7e2b052b373bfcc76bf8 (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.