Federal Bid

Last Updated on 15 Jul 2017 at 8 AM
Sources Sought
Redstone arsenal Alabama

Field-level High Mobility Artillery Rocket System and M270A1 Launcher Maintenance Support

Solicitation ID W31P4Q17R0127
Posted Date 01 Jun 2017 at 4 PM
Archive Date 15 Jul 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Redstone arsenal Alabama United states 35898
Synopsis:

The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/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 M270A1 launcher maintenance support to the Army, USMC, and United States Navy. In addition, the contract shall provide program management, FSR Support/Management, performance metrics, Emergency Action Plan, Depot/Unit Level Maintenance Programs, Contractor Managed Supply Operations, Contractor Managed Depot Operations, Data Management System, and Stock, Store, and Issue capabilities.

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. Respondees 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. Due to the level of the controlled data, the contractor must possess a US facility clearance. In the past, requirements involving PFRMS' product portfolio have been restricted to Lockheed Martin Missiles and Fire Control (LMMFC), Dallas, TX CAGE 64059 under the basis of the statutory authority permitting other than full and open competition 10.U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1 "Only One Responsible Source and No other Supplies or Services Will Satisfy Agency Requirement" since LMMFC has been the only known source that has the expertise necessary to perform required maintenance and repair services. However, 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 is for the continuation of a Performance Based Logistics (PBL) Life Cycle Launcher Support (LCLS) contract for a period of 60 months, beginning in January 2019. 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 via email.

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 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. In addition, up to five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Any attachments should also be limited to no more than 20 pages per attachment. 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 Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response.

All questions and industry responses shall be submitted electronically via email to Justin McDaniel, Contract Specialist, email address: [email protected] and to Benjamin May, Contract Specialist, email address: [email protected].

Responses to this RFI must be received no later than 30 June 2017 and must be in compliance 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.


Contracting Office Address:
Army Contracting Command - Redstone
CCAM-TM-B, Building 5303, Martin Road
Redstone Arsenal, AL 35898

Place of Contract Performance:
Army Contracting Command - Redstone
CCAM-TM-B, Building 5303, Martin Road
Redstone Arsenal, AL 35898
United States

Bid Protests Not Available

Similar Opportunities

Boston Massachusetts 16 Jul 2025 at 7 PM
Hill air force base Utah 12 Jul 2025 at 6 PM
Edwards California 18 Mar 2027 at 7 AM
Edwards California 18 Mar 2027 at 7 AM
Edwards California 18 Mar 2027 at 7 AM