Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOURCES SOUGHT

14 -- FY26-30 Test Fleet Maintenance for High Mobility Artillery Rocket System and Multiple Launch Rocket System

Notice Date
5/1/2025 12:46:55 PM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-25-R-0037
 
Response Due
5/16/2025 3:00:00 PM
 
Archive Date
05/31/2025
 
Point of Contact
Nathaniel B. Cunningham, Phone: 2568426325, James Bedsole
 
E-Mail Address
Nathaniel.B.Cunningham.civ@mail.mil, james.e.bedsole.civ@army.mil
(Nathaniel.B.Cunningham.civ@mail.mil, james.e.bedsole.civ@army.mil)
 
Description
Synopsis: The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Strategic and Operational Rockets and Missiles (STORM) Project Office, Program Executive Office Missiles and Space, hereby issues the following Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for field-level High Mobility Artillery Rocket System and Multiple Launch Rocket System launcher fleet maintenance for the United States Army. In addition, the Contractor shall be responsible for maintaining, operating, upgrading, and modifying HIMARS M142 and MLRS M270 launchers to support various test programs and projects. 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. Respondents 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 party�s expense. Due to the level of the controlled data, the contractor must possess a US facility clearance. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All offerors must meet prequalification requirements in order to be eligible for award. Requirement Statement: This requirement involves a five-year contract beginning in November 2025 for maintaining and operating any configuration of the High Mobility Artillery Rocket System (HIMARS) and Multiple Launch Rocket System (MLRS) Launcher Fleet and the respective repair parts storage and distribution center. These locations will serve as the primary operational centers to maintain, operate, upgrade, and modify HIMARS and MLRS launchers, which are needed in support of various test programs/projects. Based upon program/project test requirements, HIMARS and MLRS launcher(s) will be housed, maintained, upgraded, and operated at various and/or additional contractor and Government facilities and test sites as detailed by the customer. The effort described in this document defines the services, support activities, and administrative support required of the contractor to meet project objectives. The Government will provide the following facilities as base support for the contractor to accomplish the scope of this contract. 1. White Sands Missile Range, New Mexico, for operating a central base for the Test Launcher Fleet and repair parts distribution center. The facility will include: a. Office area b. High Bay maintenance area c. Machine shop area d. Vehicle wash rack e. Automated lube/oil system f. Overhead crane(s) 2. Redstone Arsenal, Alabama, for operating a temporary maintenance area for the Test Launcher Fleet. The facilities will include: a. Office area b. High Bay maintenance area c. Tool room or storage area d. Machine shop area e. Vehicle wash rack f. Overhead crane(s) The Government will provide the contractor, free of cost, the following services for the contractor to accomplish the required scope of this contract. These services shall be provided at each government furnished facility. Provide utilities and repair services of government provided facilities, to include maintenance of buildings, grounds, lighting and security lights, environmental controlling systems (e.g. heating and air condition units), water lines, electrical (power) lines, telephone instruments, lines and services, bathrooms, plumbing, air compressors, grounding systems, and wash rack. Provide the following utilities for the government provided facilities: electrical power and water. Provide access to use the following shop facilities: welding, battery, sheet metal, machine, electrical, hydraulic, tracked vehicle, reproduction center/equipment, and any other facility as required by the basic contract or each exercise option. The Government seeks white papers regarding the capabilities, past similar experience, and technical approach to this service. 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. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to Rhoda Collins, Contract Specialist, rhoda.i.collins.civ@army.mil and Nathaniel Cunningham, Contracting Officer, nathaniel.b.cunningham.civ@army.mil. RFI Purpose and Limitations: 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 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 10 pages, to include cover letter. In addition, five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. 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 beta.sam.gov website. It is the responsibility of any potential offeror to monitor https://sam.gov website for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response. Questions regarding this announcement shall be submitted in writing by e-mail to Rhoda Collins, Contract Specialist, rhoda.i.collins.civ@army.mil and Nathaniel Cunningham, Contracting Officer, nathaniel.b.cunningham.civ@army.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after May 7, 2025, will be answered prior to the closing date of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a8e8e7434254cc8b0c24fe838418917/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07428682-F 20250503/250501230052 (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.