Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2024 SAM #8165
SOURCES SOUGHT

99 -- LAUNCHER GUIDED MISSILE: LONGBOW/HELLFIRE M299

Notice Date
4/3/2024 11:33:02 AM
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
PANRSA-24-P-0000-006376
 
Response Due
4/10/2024 3:00:00 PM
 
Archive Date
04/25/2024
 
Point of Contact
Melinda Paynter, Amberly Jones, Phone: 256-876-3930
 
E-Mail Address
melinda.c.paynter.civ@army.mil, amberly.p.jones.civ@army.mil
(melinda.c.paynter.civ@army.mil, amberly.p.jones.civ@army.mil)
 
Description
LAUNCHER GUIDED MISSILE: LONGBOWHELLFIRE M299 (M299) PSC: 1440 Classification Code: 14 -- Guided Missiles NAICS Code: 336415 Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing Notice Information Agency/Office: Army Contracting Command Location: ACC-RSA (W31P4Q) Missile Description: The U.S. Army Contracting Command - Redstone Arsenal, AL (ACC-RSA) is issuing this source sought notice (SSN) as a means of conducting market research to identify businesses having an interest in and the resources to support this requirement for the Production of the LAUNCHER GUIDED MISSILE: LONGBOWHELLFIRE M299 NSN: 1440-01-393-6361 PN: 13425104. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336415 and the size standard is 1,200 employees. The anticipated effort will be done under a Firm Fixed Price (FFP) contract with a Period of Performance (PoP) of four (4) years to support FY25-FY28 production of the Longbow Hellfire M299 Launcher. Currently production of the Longbow Hellfire M299 Launcher is provided by Lockheed Martin Missiles and Fire Control, Orlando, FL, CAGE:18876 under contract W31P4Q-21-C-0039.� Previously, this firm was determined to be the only responsible source available to satisfy the agencies requirements for this work in accordance with Federal Acquisition Regulation 6.302-1. The United States Government (USG) owns a Level 3 Technical Data Package (TDP) with Distribution Statement C.�� The United States Government (USG) will not provide funding for facilitization, tooling, or qualification costs related to this effort. The complete TDP will be provided to the contractor at the time of award. Portions of the TDP may be made available at the time an RFP is released at the discretion of the Contracting Officer.� The proposed acquisition is to provide production as depicted in the paragraphs below. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (RFP). This SSN does not constitute a commitment by the U.S. Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Submission of any information in response to this RFI/SSN is purely voluntary. Information submitted in response to this RFI/SSN is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. � The Government will evaluate market information to ascertain potential market capacity to: 1) provide production consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide production under a performance based contract. Required Capabilities: The Government anticipates performance to begin in July 2025. The contract support includes the production of the Longbow Hellfire M299 Launcher and all components including: M299 Launcher Electronic Assemblies (LEA), ��� NSN: 1440-01-484-9151,� � ��� PN: 13593120 M299 Launcher Rail Assemblies, ��� NSN: 1440-01-624-5629 �� �PN: 13593199 M299 Launcher Upper Wiring Harness Assembly ��� NSN: 5995-01-529-7402 ��� PN: 13593158 M299 Lower Wiring Harness Assembly ��� NSN: 5995-01-529-7410 ��� PN: 13593159 �In detail, the Government requires: Compliance with ANSI/ISO/ASQ 9001:2008, AS 9100, or equivalent Systems Control of quality, design, work operations, shipping, receiving, material handling, packaging/crating, shipping (CONUS and OCONUS), scheduling, work instructions, document control, process controls, process improvements, testing and inspection, and advanced metrology for all subassemblies, components, and parts of a fully assembled M299 Launcher. Production facilities, equipment, capability, skilled labor force, tooling, special test equipment, as defined in FAR 2.101, that have been designated for preservation and storage of a Major Defense Acquisition Program. Risk management, quality management, material management, accounting system, property management, and subcontractor management capabilities or processes. SUBMISSION INSTRUCTIONS: Interested businesses who consider themselves qualified to perform the above-listed production support are hereby invited to submit a response to this SSN not later than the response date listed in this notice by submitting a brief capability statement package The submitted capabilities statement shall be no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch All responses under this SSN must be in either Microsoft Word or Portable Document Format (PDF) and submitted via email to the primary point of contact listed in this notice. All data received in response to this RFI/SSN that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls or emails questions in regard to the status of this requirement will be accepted. All questions must be submitted via email to the Contract Specialist identified below. Responses must address at a minimum the following items: 1) Organization name, address, email address, Web site address, telephone number, and CAGE code. 2) Provide a description of your company�s expertise and experience in providing M299 launcher production in support. 3) Describe, in general, your company�s approach to developing the capability to provide production support of M299 launcher. 4) What type of work has your company performed in the past in support of the same or similar requirement? 5) Can or has your company managed a task of this nature? If so, please provide details. 6) Can or has your company managed a team of subcontractors before? If so, provide details. 7) What specific technical skills does your company possess which ensure capability to perform the requirements? 8) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the requirements described in this SSN/RFI for the PoP beginning July 2025 through FY28. 8) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 9) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. Contract Specialist, Ms. Amberly Jones, email to amberly.p.jones.civ@army.mil Due no later than 5:00 p.m. CST on 04 April 2024 and reference this synopsis number in subject line of e-mail and on all enclosed documents. DO NOT SUBMIT CLASSIFIED MATERIAL. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submission.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97090fb08e4740d99ffe26f491f88b52/view)
 
Place of Performance
Address: Orlando, FL 32819, USA
Zip Code: 32819
Country: USA
 
Record
SN07019301-F 20240405/240403230054 (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.