SOURCES SOUGHT
13 -- Remote Interceptor Guidance � 360 (RIG-360) Engineering, Manufacturing, and Development (EMD) Contract
- Notice Date
- 8/1/2024 12:53:06 PM
- 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
- W31P4QRFIFORRIG360
- Response Due
- 8/16/2024 2:00:00 PM
- Archive Date
- 08/31/2024
- Point of Contact
- John M. Geiger, Phone: (520) 674-8101, Tiffany R. Campbell, Phone: (520) 692-7249
- E-Mail Address
-
john.m.geiger7.civ@army.mil, tiffany.r.campbell22.civ@army.mil
(john.m.geiger7.civ@army.mil, tiffany.r.campbell22.civ@army.mil)
- Description
- Request for Information (RFI)/Sources Sought (SS) for the Remote Interceptor Guidance � 360 (RIG-360) Engineering, Manufacturing, and Development (EMD) Contract This is a Sources Sought/Request for Information for Market Research purposes only. �This SS/RFI notice is released pursuant to FAR 15.201(e). It does not constitute an RFP or a promise to issue an RFP in the future. This SS/RFI notice 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.� The Army Contracting Command � Redstone Arsenal is issuing this SS/RFI notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Remote Interceptor Guidance-360 (RIG 360) to support the Integrated Fires and Mission Command (IFMC) Project Office, Program Executive Office Missiles and Space.� The RIG-360 development program objectives include requirements definition, system design and analysis, qualification, and integration & test activities for an EMD RIG-360 capability. The requirements of this acquisition include all EMD activities for the AIM-9X interceptor, procurement of RIG-360 Development Test (DT)/Operational Test (OT) units, procurement of material to refurbish hardware to support the Guam Defense System (GDS), and additional product assurance/manufacturing areas.� Currently, the Government does not possess a Technical Data Package (TDP) for RIG-360, however the Government will require a TDP at the completion of the EMD program. The details in the TDP are essential to complete this effort. The responses shall address: Conceptual approach, engineering, qualification and prototype manufacturing lead times, key Government Furnished Property needed, and driving assumptions and risks associated with an EMD program that aligns the items listed below with the RIG-360 Product Master Schedule (available upon request). ��� �Software development, integration, and test activities for the AIM-9X interceptor o�� �Delta System Readiness Review, Preliminary Design Review, and delta Functional Configuration Audit for changes to the existing RIG-360 integrated assembly for AIM-9X compatibility o�� �Modeling and Simulation updates, Hardware in the Loop, DT, and OT event activities ��� �Production and delivery of RIG-360 DT and OT units ��� �Material to refurb the RDTE units to support GDS ��� �Product assurance and manufacturing activities for the RIG-360 integrated assembly to prepare for production Requirement Statement: The Government seeks white papers (no more than 20 pages at Arial 12pt font) regarding the capabilities, past similar experience and technical approach to this effort and industry's assessment/ opinion of the most efficient and cost-effective method of executing this effort.� Interested firms who can provide the described requirements with a performance period beginning NLT 17 July 2025 are invited to indicate interest by providing the following information to the contract specialist, John Geiger at john.m.geiger7.civ@army.mil. Company name, company address, overnight delivery address (if different from mailing address, CAGE Code, point of contact, e-mail address, telephone number, fax number. 1.�� �Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.) 2.�� �Affirmation of cleared personnel and facilities. 3. �A description of the company's expertise in providing manufacturing expertise and producing hardware as described below. 4. �The company's experience in meeting contractual due dates for similar type efforts. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked.� Response is due on 16 August 2024 at 4:00PM Central Standard Time and shall be delivered via email or DoD SAFE (https://safe.apps.mil/).� For email submission, submit to Contract Specialist, John Geiger, john.m.geiger7.civ@army.mil.� Classification Code: NAICS Code: 336414� Points of contact for this action: John Geiger, john.m.geiger7.civ@army.mil and Ms. Tiffany Campbell, tiffany.r.campbell22.civ@army.mil.� Contracting Office Address: ACC-RSA M&S, ATTN: CCAM-SMB, Building 5250, Martin Road, Redstone Arsenal, AL 35898-5280� Place of Performance: Grand Prairie, TX �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f5c38031b2b04c5ab41e51275c6e104e/view)
- Place of Performance
- Address: Grand Prairie, TX 75052, USA
- Zip Code: 75052
- Country: USA
- Zip Code: 75052
- Record
- SN07153864-F 20240803/240801230158 (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 |