Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2023 SAM #7814
SOURCES SOUGHT

14 -- MARKET RESEARCH* SOURCES SOUGHT NOTICE (SSN) COMMON HYPERSONIC GLIDE BODY (CHGB) AND THERMAL PROTECTION SYSTEM (TPS)

Notice Date
4/18/2023 1:21:40 PM
 
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 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
SSN_CHGB_TPS_41823
 
Response Due
5/3/2023 1:00:00 PM
 
Archive Date
06/01/2023
 
Point of Contact
Kiara Potts, Ashley Lewis
 
E-Mail Address
kiara.potts.civ@army.mil, ashley.m.lewis48.civ@army.mil
(kiara.potts.civ@army.mil, ashley.m.lewis48.civ@army.mil)
 
Description
� � � 1. Synopsis This is a SOURCES SOUGHT NOTICE (SSN). This is NOT a Request for Proposal (RFP). No solicitation exists at this time. This SSN is issued pursuant to Federal Acquisition Regulations (FAR) 10.001(a)(2)(i) and (3)(i). The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. By this notice, U.S. Army Program Executive Office, Missile and Space (PEO MS) is only requesting capability statements from potential contractors.� The Government currently anticipates awarding a FAR based contract action to provide these services and supplies.� However, information gathered here, current events and the continued development of these systems may require the Government to consider alternative contracting processes, such as, but not limited to, 10 USC 4022 or 10 USC 4023. The U.S. Army PEO MS is currently assessing the means to produce the Common Hypersonic Glide Body (CHGB) units and their associated Thermal Protection System (TPS) which under separate U.S. Navy contract will be mated with a common booster stack. The CHGB and TPS units are part of the U.S. Army�s Long Range Hypersonic Weapon (LRHW) and the U.S. Navy�s Conventional Prompt Strike (CPS) programs. The CHGB and TPS units will be produced using Government Furnished Information (GFI) Technical Data Packages (TDPs). The contractor will take the GFI TDPs under configuration control and update for performance enhancements and new capabilities known as Technology Insertions throughout the life of the contract.� The TPS will be mated to the CHGB primarily at the future vendor�s CHGB facility.� It is then transferred to the U.S. Navy to be completed at its prime contractor�s assembly, integration, and test (AI&T) facility in Courtland, Alabama. Throughout this project, CHGB units with its associated TPS will be provided to other programs as Government Furnished Property (GFP) and subjected to testing to include flight test. This effort will run concurrently with multiple U.S. Navy contracts, N00030-19-C-0025, N00030-22-C-1025, and N00030-24-R-0025.�� The requirement description is as follows: Engineering Services to include but not limited to �maintaining and updating manufacturing processes based upon a Technology Insertions and/or performance enhancements 2. Conduct manufacturing assessments across the supply chain, maintain the manufacturing processes and improve producibility while reducing cost. Update product level CHGB TDP upon receipt of Technology Insertions and/or performance enhancements from the CHGB Design Agent, Sandia National Laboratory. Update product level TPS TDP upon receipt of Technology Insertions and/or performance enhancements from the TPS Design Agent, U.S. Army Aviation and Missile Center. Support flight test and training events Fabricate, assemble, test, and deliver CHGB prototypes to support flight test and training. Fabricate, assemble, test, and deliver CHGB fielded assets. Fabricate, assemble and deliver TPS units using 2D and 3D carbon-carbon and integrated onto CHGBs. Support mating the CHGB/TPS with the U.S. Navy common booster stack at Courtland, Alabama. Repair and Replace, to include DFARS 252.217-7028 Over and Above Work to address unforeseen requirements. � �2. PROFICIENCY QUESTIONS PEO MS is seeking responses from Industry to determine if there are sources with the facilities and proficiency required for executing the following requirements: � � � a) Demonstrate the Contractor has experience with the current CHGB and TPS Design Agents to update and maintain the TDP. Does your company currently have the experience to meet the requirements described in (a)? ___Yes� _____No How long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) � � � �b) Demonstrate the Contractor has the facilities available to support the production of, at a minimum, two (2) CHGB per month and two (2) TPS per month beginning in April 2024; in addition to space to support integration of the CHGB and TPS to the extent possible at the facility. Does your company possess facilities to meet the requirements defined in item (b)? If no, when will your company possess sufficient facilities to meet the requirements? ___Yes� _____No � � � c) Demonstrate the Contractor can fabricate, assemble, test, and deliver CHGB units. Does your company possess the technical knowledge, experience and engineering skill sets required to perform the task described in (c)? ___Yes� _____No If yes, how long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) If no, when will your company be able to achieve capabilities and experience to meet the requirements of (c)? � � �d) Demonstrate the Contractor can fabricate, assemble and delivery TPS units using 2D and 3D carbon-carbon and integrate onto CHGB? Does your company possess the technical knowledge, experience and engineering skill sets required to perform the task described in (d)? ___Yes� _____No If yes, how long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) If no, when will your company be able to achieve capabilities and experience to meet the requirements of (c)? � � e) Demonstrate the Contractor can provide support for flight test and training events related to LRHW and CPS systems, and similar platforms. Does your company possess the technical knowledge, experience and skill sets required to support flight test events described in (e)? ___Yes� _____No � � �f) Demonstrate the Contractor can perform diagnostics on glide bodies and recommend remediation to repair and replace the asset to include DFARS 252.217-7028 Over and Above Work to address unforeseen requirements. Does your company possess the technical knowledge, experience and skill sets required to diagnose and recommend remediation on glide bodies (f)? ___Yes� _____No � � � g) Demonstrate the Contractor facilities clearance allows classified production and the ability to process, and store classified information.� Does your company possess classified� manufacturing capabilities at the SECERT level?� In addition, can you company process and store classified information at the SECERT level?�� � ___Yes� _____No This SSN and related information will be available only through the Internet at SAM.gov website (https://sam.gov/content/home).� The Government will not provide information in response to any written, telephone, or facsimile requests. Distribution of all future information about this SSN will be through the SAM.gov website. Interested parties are responsible for monitoring the SAM.gov website to assure they have the most up-to-date information on this notice. Please visit said website and FAQs for information and assistance regarding any downloading or other issues. 3. RESPONSE REQUIREMENTS 3.1 General. Interested parties shall submit one white paper that demonstrates their capabilities and experience as outlined in Section 3.4 Organization & Content. Failure to provide a response does not preclude participation in any possible future RFP, if issued. 3.2 Page Format. Responses shall be submitted in Microsoft Word or Adobe Acrobat Portable Document Format (PDF) format and reference: XX SSN CHGB/TPS. Page size must be 8.5 x 11 inches. The top, bottom, and side margins must beat least 1 inch. Pages must be numbered sequentially. The text must be no less than 12 points and use Times New Roman font. 3.3 Page Limitations. The white paper shall not exceed 20 single-sided pages. Each page must be counted except for the following: � � � � a. Cover Page � � � � b. Company Information � � � � c. Size Status 3.4 Organization & Content. Responses shall be organized into the following sections with the following information: A)� Introduction: Provide a brief company introduction and relevant details of the company/organization, including any potential teaming approach. Additionally, interested parties shall identify if their company has the capability to be a prime contractor or if it is only interested in subcontracting opportunities. Ensure responses include the following information: COMPANY INFORMATION Company Name: � CAGE Code: DUNS Number: Company Address: Point of Contact (POC): � POC Title: � POC Email Address: � POC Phone Number: � Size Status � Please indicate the percentage of the actual work requirements for these items that you would intend to perform as the Prime Contractor. ___% B) ������ Proficiency Answers � Provide the responses to section 2 questions. C)������� Capabilities � Succinctly address the contractor�s ability to manage the types and magnitude of tasking, technical ability to perform the task, and the capacity to conduct the requirements of the task. D) ������ Experience �This section should include specific demonstrated capabilities, knowledge, and experience for each capability. Identify any demonstrated expertise and experience that can be directly applied to this effort. D) ������ Place of Performance. Provide the expected place of performance. Identify existing facilities for manufacturing, assembly, and component, subsystem, and system integration, qualification, production, and flight-testing required to support this effort. Describe or depict process flow for production, to include concept of location and shipping, which demonstrates ability to maintain continuous production through the contract Period of Performance (PoP). E) ������ Period of Performance. Period of performance of up to 84 months, the Contractor must be able to deliver CHGB and TPS units that include Technology Insertions to support U.S. Army and U.S. Navy to meet the Government fielding needs.� This also includes support for future flight tests within 84 months of contract award. Provide the company�s approach to meeting this timeline, and estimated timeframe, from contract award to flight test, including key assumptions and planning factors. F) ������� Estimated Cost/Price. No estimated cost or price is requested at this time. This SSN will help the Government determine if there are sources capable of satisfying its potential requirements. 3.5 Classification. Interested parties must ensure responses are unclassified and appropriately marked. 3.6 Deadline. Interested parties shall submit one electronic response via email by 3:00pm Redstone Arsenal, AL local time on 03 May 2023, to usarmy.redstone.acc.list.acc-rsa-ccam-pfc@army.mil. Subject line of the email shall be as follows: �SSN for CHGB TPS FAR Based Contract�. 4. DISCLAIMER This SSN is issued solely for Market Research purposes. It does not constitute a RFP or a promise to issue an RFP in the future. This SSN does not commit the Government to solicit offers or award a contract. The information provided in this SSN is subject to change and is not binding on the Government. Respondents are advised that ALL costs associated with responding to this SSN will be solely at the interested parties� expense, and the U.S. Government will not pay for any information or costs incurred or associated with submitting a response to this SSN.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92db5b85c05943249ebcb73688136670/view)
 
Record
SN06654913-F 20230420/230418230127 (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.