SOURCES SOUGHT
14 -- Joint Air-to-Ground Missile (JAGM) Full Rate Production (FRP)
- Notice Date
- 1/17/2017
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-17-R-0075
- Archive Date
- 2/17/2017
- Point of Contact
- Tanyeka D Boley, Phone: 2568764201, Retha R. Adams, Phone: 2568767065
- E-Mail Address
-
tanyeka.d.boley.civ@mail.mil, retha.r.adams.civ@mail.mil
(tanyeka.d.boley.civ@mail.mil, retha.r.adams.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The U.S. Army Contracting Command-Redstone (ACC-RSA) issues this sources sought notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide the JAGM System for FRP. The result of this market research will help determine the method of procurement, if a requirement materializes. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT 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. PROGRAM BACKGROUND The JAGM System provides an air-to-ground missile capability for rotary wing (RW), Fixed Wing (FW) and Unmanned Aerial System (UAS) aircraft. The elements of the JAGM System are the Missile, Shipping and Storage Container (SSC), Launcher Software, Supportability Elements, and Platform Interfaces. The JAGM System consists of a dual-mode guidance section mated to a HELLFIRE Romeo missile bus (warhead, control actuator system, rocket motor, and associated electronics). Joint service RW, FW and UAS will use the JAGM System for destruction of high value stationary, moving, and relocatable land and naval targets from standoff range. JAGM is compatible with all joint force and allied RW, FW, and UAS that are currently compatible with the HELLFIRE II missile. The JAGM System uses advanced seeker and guidance technologies combining multiple sensors to provide improved Precision Point and Fire and Forget targeting for capability against fast moving and stationary targets in dirty battlefield/countermeasure intensive environments and adverse weather. REQUIRED CAPABILITIES The Government requires the JAGM System in fiscal year (FY)19 through FY21 with minimum/maximum quantities of 800/1200 in FY19 and FY20, and minimum/maximum quantities of 1200/2400 in FY21. The Government also requires qualified test assets, test sets, support equipment, and initial spares to support the JAGM System. The intent of this Sources Sought is to assess the state-of-the-art technology available in Air-to-Surface missiles that could be applied to meet this requirement. Interested parties must submit evidence of missile design maturity commensurate with a qualified missile system to include hardware, software, firmware, and full compatibility with the HELLFIRE II Romeo missile bus and the M299 Launcher. Interested parties must also submit evidence they are capable of producing the quantities stated above using a qualified production line. GENERAL INFORMATION: Lockheed Martin Missile and Fire Control (LMMFC) is the designer, developer, and manufacturer of the JAGM System. LMMFC is the only known source that possesses the necessary knowledge, experience, and technical data required to fulfill the requirements specified. Firms are encouraged to seek Source Approval Requests (SAR) in order to become an approved source by submitting documentation in accordance with the Competition Advocate's Shopping List procedures. These procedures are outlined at the following website: http://amcomdmz.redstone.army.mil/casl_cmo/casl_cmo_home. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of SECRET. ELIGIBILITY The applicable NAICS code for this requirement is 336414- Guided Missile and Space Vehicle Manufacturing. SUBMISSION DETAILS Interested businesses should submit a brief capability statement package (no more than ten (10), 8.5 X 11 inch, pages with font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email questions in regard to the status of this requirement will be accepted prior to the release of the RFP. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ms. Tanyeka Boley, in either Microsoft Word or Portable Document Format (PDF), via email tanyeka.d.boley.civ@mail.mil no later than 12:00 p.m. CST on 02 February 2017 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. (NOTE: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/778fd6a81bdcc913e34191a743c75e40)
- Record
- SN04372470-W 20170119/170117234110-778fd6a81bdcc913e34191a743c75e40 (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 |