Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOURCES SOUGHT

14 -- Upgraded Tube-Launched, Wireless-Guided Missile Launcher (UTML)

Notice Date
5/29/2018
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
UpgradedTubeMissileLauncher
 
Archive Date
6/30/2018
 
Point of Contact
Leslie A Duncan, Phone: 2563135563
 
E-Mail Address
leslie.a.duncan6.civ@mail.mil
(leslie.a.duncan6.civ@mail.mil)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The U.S. Army Contracting Command, Redstone Arsenal, AL is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources/capability to support this requirement for Upgraded Tube-Launched, Wireless-Guided Missile Launcher (UTML), Part Number 13710835. The UTML is the TOW Missile Launcher replacement for the current Bradley Fighting Vehicle and Stryker Anti-Tank vehicle variants. The UTML was developed to reduce weight, maximize design modularity with the intent of improving maintainability and sustainability within the U.S. Army while maintaining the usability of the current maintenance toolkits. The anticipated requirement will consist of 123 units with delivery beginning in approximately July 2019. The proposed North American Industry Classification Systems (NACIS) Code is 336419 which has a corresponding Size Standard of 1,000 employees. It is contemplated this award will be set aside for award to a Small Business concern. The Government intends to solicit and award a Fixed Price type contract for these requirements. The anticipated contract period of performance is approximately 31 October 2018 through 30 April 2020. This acquisition will require the contractor to have a facility clearance of SECRET and SECRET level of safeguarding. All personnel shall have or obtain SECRET level clearance. The anticipated awardee will be to the Original Equipment Manufacturer (OEM) On-Point Defense Technologies, LLC, (CAGE Code 6MD81). The Government has the Technical Data Package (TDP). The TDP will not be provided in response to this posting. No Government Furnished Equipment or material will be supplied to a vendor to support replies to this RFI. The UTML will not be available to support a response to this RFI. Potential sources must achieve vendor, prime contractor, and Government qualification to include successfully passing First Article Testing in a timeframe that supports deliveries beginning approximately July 2019. There is no solicitation at this time. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is strictly voluntary. Submissions will be treated only as information for the Government to consider and will not be returned. The Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information request. All responses will be considered. Extraneous materials (brochures, manuals, etc.) will not be considered. If your organization has the potential capacity to provide these requirements, please furnish the following information: 1. Organization name, address, POC name, email address, web-site address, telephone number. 2. Business size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. 3. Affirmation of cleared personnel and facility. 4. Identify your company/organization's status in the Federal Government System for Award Management (SAM). 5. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Specifically, a description of the organization's experience in providing manufacturing expertise and producing hardware as identified above. 6. Description of similar requirements offered to the Government for the past three years with qualification documentation. Provide a detailed narrative with supporting documentation and timelines demonstrating how vendor, prime contractor, and government qualifications, to include First Article Testing, will be achieved to support deliveries beginning approximately July 2019. 7. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Submission Instructions: Interested parties who consider themselves qualified to perform the above requirement are invited to submit responses to this Sources Sought Notice by no later than 1500 CST on 08 June 2018. All responses shall be UNCLASSIFIED. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All responses to this Sources Sought Notice must be emailed to the Contracting POCs listed below. All questions and comments concerning this Sources Sought should be e-mailed to the Contracting POC listed below. All must be in writing; NO telephone calls. Questions shall be submitted no later than 1200 CST on 15 June 2018. Contracting POCs: Contracting Specialist: Leslie Duncan, email: leslie.a.duncan6@mail.mil. Contracting Officer: Gregory Wilson, email: gregory.a.wilson12.civ@mail.mil Disclaimer: This Sources Sought Notice is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d887b36ca4ab02e006a046df2d42bfe)
 
Place of Performance
Address: ACC-RSA, Sparkman Center 5303 Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04936654-W 20180531/180529230904-9d887b36ca4ab02e006a046df2d42bfe (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.