SOURCES SOUGHT
99 -- Multiple Launch Rocket System (MLRS) Family of Munitions (MFOM) Missile Common Test Set (MCTS), Version 2.0, Hardware Procurement.
- Notice Date
- 7/9/2020 8:48:11 AM
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- PAN-RSA-P-0000-015561
- Response Due
- 8/7/2020 2:00:00 PM
- Archive Date
- 08/22/2020
- Point of Contact
- Oddny R. Gerstner, Phone: 2568769875, Joseph M Carroll, Phone: 2563132611
- E-Mail Address
-
oddny.r.gerstner.civ@mail.mil, joseph.m.carroll42.civ@mail.mil
(oddny.r.gerstner.civ@mail.mil, joseph.m.carroll42.civ@mail.mil)
- Description
- The Army Contracting Command � Redstone Arsenal (ACC-RSA), Redstone Arsenal, Alabama 35898 on behalf of the Strategic and Operational Rockets and Missiles (STORM) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought Notice/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for the production of MFOM MCTS Version 2.0 Hardware to include Integrated Test Adapters (ITAs) and Test Cables in support of the Guided Multiple Launch Rocket System (GMLRS) program and the Precision Strike Missile (PrSM) program. THIS IS A REQUEST FOR INFORMATION 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.� Respondees 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.� All offerors must meet pre-qualification 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 for executing this effort.� The response should include: (1) a description of the manufacturing capabilities that supports an MCTS Version 2.0 for the GMLRS and PrSM, (2) evidence of past similar experience and how it supports the MCTS, (3) an attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first MCTS test set to the U.S. Government, and (4) recommend facility and supply chain partners with available capacities for this MCTS effort beginning in 2021.� 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. Estimated production quantities: 1) GMLRS MCTS 2.0 Common Core test stations for final acceptance testing with associated cables and ITAs � 11 each. 2) GMLRS test cable sets � 12 each. 3)� Extended Range (ER) GMLRS MCTS 2.0 Common Core test stations for final acceptance testing with associated cables and ITAs � 4 each 3) ER GMLRS test cable sets � 10 each. 4) PrSM Common Core test stations for final acceptance testing with associated test cables and ITAs � 5 each. 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 beta.SAM website.� It is the responsibility of any potential offeror to monitor beta.SAM 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, email address usarmy.redstone.acc.list.acc-rsa-ccam-pfa@mail.mil.�� Responses must be submitted no later than 5:00PM Central Time on Friday, 7 August 2020 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. Contracting Office Address: BLDG 5303 Sparkman Circle Redstone Arsenal, AL 35898-5090 United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0f3facce9d70448ab4f218c5a413c201/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05716972-F 20200711/200709230146 (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 |