Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2024 SAM #8376
SOURCES SOUGHT

14 -- Procurement of High Mobility Artillery Rocket System (HIMARS) Launcher for Full Rate Production (FRP) 18-19

Notice Date
10/31/2024 8:52:31 AM
 
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
W31P4Q-25-R-0014
 
Response Due
11/21/2024 2:30:00 PM
 
Archive Date
12/06/2024
 
Point of Contact
Tameka A. Parker, Phone: 2563135316, Scott E. Leach, Phone: 2568427212
 
E-Mail Address
tameka.a.parker2.civ@mail.mil, scott.e.leach.civ@mail.mil
(tameka.a.parker2.civ@mail.mil, scott.e.leach.civ@mail.mil)
 
Description
The Army Contracting Command � Redstone is issuing this Request for Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for M142 High Mobility Artillery Rocket System (HIMARS) production to support the Strategic and Operational Rockets and Missiles Project Office, Program Executive Office Missiles and Space. �THIS IS A REQUEST FOR INFORMATION (RFI) ONLY � This RFI is released pursuant to FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI 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 M142 HIMARS launcher is the platform for the Multiple Launch Rocket System family of munitions rockets and missiles and is transportable by C-130 aircraft which are capable of landing on short or unimproved runways. The system has proven to be invaluable, allowing tactical forces to gain positional advantage and engage targets with decisive speed and precisely strike with massed fires. The M142 HIMARS launcher consists of a fire control system, a chassis, and a launcher module that performs all operations necessary to complete a fire mission. This follow-on requirement will procure HIMARS launchers and all supporting spares and services for the United States Army, United States Marine Corps, and Foreign Military Sales partners. The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this production effort and industry's assessment/opinion of the most efficient and cost-effective method of executing this effort. Evidence of past similar experience An attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first M142 HIMARS launcher to the U.S. Government. A recommended facility and supply chain partners with available capacity beginning in Fiscal Year (FY) 27 A description of manufacturing capabilities for producing M142 HIMARS launchers at the quantities indicated below Maximum production quantities HIMARS FY27: Min 24/Max 96 FY28: Min 24/Max 96 Total: Min 48/Max 192 The total quantities for M142 HIMARS include all potential variants. Additional supporting efforts include, but are not limited to recurring production, obsolescence, engineering changes, system engineering and program management, integrated logistics support, spares, new equipment training, and other support equipment. Industry is also encouraged to describe the benefits or risks associated with inclusion of production options and recommendations on contracting approaches that provide a best value to the Government while minimizing risk (especially cost risk) to the selected contractor. Although the Government has some baseline drawings and supporting documentation for HIMARS, a complete technical data package is not available for competition. Lockheed Martin Missiles and Fire Control located at 1701 W. Marshall Drive Grand Prairie, TX 75051-2704 is currently serving as the program integrator for this effort. The applicable NAICS code for this requirement is 336414. The Classification Code is 14. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important, and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 20 pages, to include cover letter, attachments consisting of briefing slides, pre-printed commercial brochures or sales literature that may be included. Only electronic submissions will be accepted. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. Responses are due no later than 15 Nov 2024. �� The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the sam.gov website. It is the responsibility of any potential offeror to monitor sam.gov for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response.� All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, Tameka Parker, Contract Specialist, email address: tameka.a.parker2.civ@army.mil. Responses must be received no later than 15 days after RFI issuance and compliant with all applicable Army, DOD and Federal policies. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ffb4bcf7670447a6896de60f17bc8d58/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07254670-F 20241102/241031230120 (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.