Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2023 SAM #8024
SOURCES SOUGHT

14 -- Javelin Life Cycle Contractor Support (LCCS) 6 Month Option

Notice Date
11/14/2023 2:48:34 PM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
FA8773 ACC 38 CONS TINKER AFB OK 73145-2713 USA
 
ZIP Code
73145-2713
 
Solicitation Number
ACCRSA2023NOV14
 
Response Due
11/29/2023 4:00:00 PM
 
Archive Date
12/14/2023
 
Point of Contact
Roland Carter, Treka House
 
E-Mail Address
roland.j.carter2.civ@army.mil, treka.l.house.civ@army.mil
(roland.j.carter2.civ@army.mil, treka.l.house.civ@army.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a Sources Sought notice in suport of Javelin Life Cycle Contractor Support (LCCS).� The U.S. Army Contracting Command, located at Redstone Arsenal, Alabama, is issuing this notice to announce the intent to solicit and negotiate with Raytheon/Lockheed Martin Javelin Joint Venture (JJV) for continued Javelin Life Cycle Contractor Support. This acqusition is�covered by a sole source justification as authorized pursuant to FAR 6.302-1. The current Javelin LCCS contract provides Life Cycle Contractor Support LCCS for Fiscal Years 2019 through FY 2024.� Market research is hereby conducted in an attempt to identify alternate qualified vendors prior to exercising a six-month extension for continued LCCS services in accordance with� FAR 52.217-8.�The 6-month extension/option will be exercised in February 2024 with a period of performance (PoP) February 29, 2024 to August 30, 2024. The planned acquisition will provide an additional 6 months of continued Life Cycle Contractor Support (LCCS) for repair and maintenance support, to include hardware, software, supply support, personnel, materials, facilities, and equipment. The contractor will be responsible for the total life cycle support required to maintain operational readiness for the JWS during peacetime and war. This action will also provide support and options to include the refurbishment and rework of the Command Launce Units (CLUs) and additional repairs for CLUs and training devices (including component shipping, packaging, and transportation for all fielded hardware). This notice is not a request for competitive proposals. All responsible sources may submit a capability statement that shall be considered by the agency. Interested sources must respond in writing with clear and convincing evidence to support their ability to provide the required supplies/services by the response date listed in this posting. The Government has the sole discretion as to whether to permit competitive proposals for this requirement based on the responses received to this notice. The procedures in FAR Part 12 is NOT anticipated for this requirement. No later than 15 days from the date of issuance, interested sources should provide a Statement of Capability, which includes information on company background and past performance. The contractor shall provide peacetime and wartime worldwide LCCS with the contractor�s Javelin Joint Venture (JJV) operated support facilities, for sustainment of the following Javelin hardware that has been accepted into the fleet by the United States Government (USG) and Foreign Military Sale (FMS) customers: 1.���� Command Launch Units (CLUs) 2.���� CLU Maintenance Trainers 3.���� Field Tactical Trainer Students Stations (FTT-SS) 4.���� Field Tactical Trainer Instructor Stations (FTT-IS) 5.���� Javelin Weapon Effects Simulator (JAVWES) 6.���� System Containers (Limited External Repairs) 7.���� Memory Loader Verifiers (MLVs) 8.���� CLU Secondary Depot Repairable (SDRs)/Shop Repairable Units (SRUs) 9.���� Spare parts, repair parts, piece parts and consumables for this hardware Submissions should be sent via email to treka.l.house.civ@army.mil. �All information is to be submitted at no cost or obligation to the Government.� All information marked {Proprietary to company name} will not be disclosed outside of the Department of Defense.� No telephone inquiries will be accepted.� The documentation provided will not be returned.� This is not a Solicitation and does not obligate the Government to issue a Solicitation. The NAICS code related to this action is 336414 � Guided Missile and Space Vehicle Manufacturing. In lieu of the Contracting office listed below, the correct contracting office is as follows: Contracting Office Address DEPARTMENT OF THE ARMY U.S. ARMY CONTRACTING COMMAND BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0de467a1b8c44ce814030516e172753/view)
 
Place of Performance
Address: Tucson, AZ 85756, USA
Zip Code: 85756
Country: USA
 
Record
SN06885227-F 20231116/231114230059 (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.