SOLICITATION NOTICE
14 -- JAVELIN WEAPON SYSTEM LIFE-CYCLE CONTRACTOR SUPPORT SERVICES FY24-26
- Notice Date
- 10/31/2022 9:17:57 AM
- Notice Type
- Presolicitation
- 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
- W31P4Q-22-R-0056
- Response Due
- 11/15/2022 1:00:00 PM
- Point of Contact
- Felicia M. Brown, Laquetta Atkins
- E-Mail Address
-
felicia.m.brown38.civ@mail.mil, laquetta.k.atkins.civ@army.mil
(felicia.m.brown38.civ@mail.mil, laquetta.k.atkins.civ@army.mil)
- Description
- The U.S. Army Contracting Command, Redstone Arsenal, Alabama is issuing this�Pre-Solicitation Notice�to announce the intent to solicit and negotiate with only Raytheon/Lockheed Martin Javelin Joint Venture for FY 24-26 Javelin Life-Cycle Contractor Support (LCCS) services on solicitation W31P4Q-22-R-0056. Market research, via army-guide.com, https://www.bing.com, and https://www.ask.com was conducted for this acquisition by Meredith Taylor, Acquisition Analyst, Tactical Aviation and Ground Munitions (TAGM) Acquisition Management on 11 March 2022, concluded that only one responsible source is available to satisfy the requirements.� The current NAICS code is 336414. A justification under the authority FAR 6.302-1 has been approved for the projected Javelin Program requirements of FY 24-26.� The Javelin Weapon System is a medium range, imaging infrared, fire-and-forget, man-portable, anti-tank weapon system. This effort is for personnel, services, facilities, equipment, maintenance, supply support, spare and repair parts, subassemblies (to include major subassemblies) components, consumables, insurance items (item for which failure is not anticipated). The purpose of the LCCS requirement is to maintain a specified state of operational readiness of the Javelin Weapon System for the Department of Defense users and foreign military sales customers. The services to be provide by the contractor include: technical support, logistic support, programmatic support, field support, equipment training/testing, equipment repair/maintenance, data collection, database management, and data reporting which are necessary to maintain operational readiness. The contractor is also responsible for the related facilities, materials, shipping, transportation, storage, and travel. The support is provided for various types of Javelin equipment at various levels and locations worldwide. There is a continuous need for services to be performed in order to ensure the Javelin Weapon System operates seamlessly to the Warfighter. The proposed North American Industry Classification Systems (NAICS) Code is�336414�Guided Missile and Space Vehicle Manufacturing. It is anticipated that this award will be made utilizing other than Full and Open Competition (FACO) approach in accordance with Federal Acquisition Regulation (FAR) 6.302-l, Only One Responsible Source. The Government intends to solicit and award a hybrid Cost-Plus Fixed-Fee,�and Firm- Fixed Price for this requirement. This acquisition will require access to classified information. This acquisition will require personnel with a secret security clearance. The anticipated contract period of performance is August 2024 through August 2026. This request for capability information does not constitute a request for proposals.� This notice is not a request for competitive proposals. Submission of any information in response notice is strictly voluntary. The Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information requests.� The Government has the sole discretion as to whether or not to permit competitive proposals for the requirement. All responses will be considered. Extraneous materials (brochures, manuals, etc) will not be considered. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, POC, email address, web-site address, telephone number, and size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. 2. Tailored capability statements addressing the particulars of this effort, 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. Additionally, provide a description of similar services offered to the Government and/or to commercial customers for the past three years. Submission Instructions: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Pre-Solicitation Notice by�1500 CST on 15-November-2022.� All responses to this Pre-Solicitation Notice must be emailed to �laquetta.k.atkins.civ@army.mil and felicia.m.brown38.civ@army.mil. All questions and comments concerning this Pre-Solicitation Notice should be e-mailed to the POC's aforementioned above and must be in writing; no telephone calls. Disclaimer: This Pre-Solicitation Notice is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/75a6ba9d4da3406bbae26ca16702481c/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN06506079-F 20221102/221031230109 (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 |