Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2020 SAM #6848
SOURCES SOUGHT

14 -- GMLRS FY23-FY27

Notice Date
8/27/2020 7:53:57 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
PANRSA-19-P-0000-022679
 
Response Due
9/11/2020 3:00:00 PM
 
Archive Date
09/26/2020
 
Point of Contact
Megan M. Mokhtari, Phone: 2563135532, Thomas B. Mangum, Phone: 2568426501
 
E-Mail Address
megan.m.mokhtari.civ@mail.mil, thomas.b.mangum3.civ@mail.mil
(megan.m.mokhtari.civ@mail.mil, thomas.b.mangum3.civ@mail.mil)
 
Description
Synopsis: The Army Contracting Command - Redstone, 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/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for production of Guided Multiple Launch Rocket System (GMLRS) munitions for FY23 through FY27. 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.� Interested parties 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 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 for producing GMLRS munitions at the quantities indicated below, (2) evidence of past similar experience, (3) an attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first GMLRS munitions to the U.S. Government, and (4) a recommended facility and supply chain partners with available capacity beginning in FY23.� 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.� Maximum production quantities: GMLRS FY23: 10,002 FY24: 10,002 FY25: 10,002 FY26: 10,002 FY27: 10,002 Total: 50,010 The total quantities for GMLRS include all potential variants.� Additional supporting efforts include, but are not limited to: recurring production, obsolescence, engineering changes, system engineering and program management (SEPM), integrated logistics support (ILS), download/demate (DL/DM), training, data, support equipment, and rate tooling. 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.gov website.� It is the responsibility of any potential offeror to monitor beta.sam.gov 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, Thomas Mangum, Contract Specialist, Email address: thomas.b.mangum3.civ@mail.mil.� Responses must be received no later than 9 September 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: Department of the Army Army Contracting Command � Redstone ATTN: CCAM-PFA, Building 111, Hankins Road Redstone Arsenal, Alabama 35898.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e59ee1ecced1481fb279eb4a42f3a55c/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05776915-F 20200829/200827230213 (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 |
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.