Land-Based Phalanx Weapons System (LPWS)

expired opportunity(Expired)
From: Federal Government(Federal)
W31P4Q-24-R-0026

Basic Details

started - 08 Feb, 2024 (2 months ago)

Start Date

08 Feb, 2024 (2 months ago)
due - 26 Feb, 2024 (2 months ago)

Due Date

26 Feb, 2024 (2 months ago)
Bid Notification

Type

Bid Notification
W31P4Q-24-R-0026

Identifier

W31P4Q-24-R-0026
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710259)DEPT OF THE ARMY (133292)AMC (72689)ACC (75073)ACC-CTRS (32942)ACC RSA (5270)W6QK ACC-RSA (3563)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. An RFI for this requirement was previously published on SAM.GOV in September, 2022 under Notice ID W31P4Q-22-R-0066. This request for information (RFI) is issued solely for information and planning purposes; 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.The Government will not pay for any information received in response to this request for information, nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is an RFI, not an RFP.Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information
marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents may provide information on any currently available product or service that meets the Army's requirements.Format of Submissions/Point of ContactTo be considered, responses to this RFI shall be submitted electronically via email no later than 1600 CST, (projected date) to:Jill Freeman, Contracting Officerjill.g.freeman.civ@army.milNajah Muhammad, Contract Specialist najah.y.muhammad.civ@army.milJennifer Malone, Contract Specialist jennifer.l.malone27.civ@army.mil*NO PHONE CALLS ACCEPTED*All information in responses should be unclassified. The response format shall be data files either emailed or on a compact disc. White papers shall be limited to 12 pages with 2 additional pages for technical drawings. Acknowledgment of receipt of white papers will not be made and white papers will not be returned.The Land-based Phalanx Weapon System (LPWS) Product Office (PO) is conducting market research in the area of the LPWS logistics supportability development, contractor logistics support (CLS), and Government-furnished property (GFP) accountability, management and maintenance. This effort includes programmatic, systems engineering, quality and configuration management, integration, test support, logistics, training, fielding, sustainment and integrated product support for the implementation of the LPWS capability in support of areas of responsibility (AOR), training requirements, LPWS Foreign Military Sales (FMS) cases and other international agreements as directed by the LPWS Product Office.The LPWS mission is defined by the integration of the LPWS with a variety of Government-furnished and contractor-furnished indirect fire protection resources, necessary to provide protection from rocket, artillery and mortar launches in areas of operation (AOO).Specific tasks include1. Provide end-to-end systems engineering support across all functional disciplines to analyze operational and logistics performance, evaluate and recommend design changes to improve LPWS performance and operational availability and reduce total ownership costs. Functional expertise is required in program management, hardware and software design engineering, systems engineering, testing, logistics supportability and development, safety, quality assurance, configuration management, data management, reliability, cybersecurity and physical and operational security.2. Incorporate publication change requests into the existing technical publications generated from Department of the Army Forms 2028 (Recommended Changes to Publications and Blank Forms), engineering change proposals, software changes, preventive maintenance checks and services, troubleshooting/fault isolation and repair procedures, associated parts list and other reported errors, as well as any other information provided by the Government and well as Contractor-recommended changes.3. Incorporate provisioning changes to LPWS Army-unique spare and repair parts and Navy-Army common items.4. Provide logistics analysis and modeling of the public/private maintenance facilities, procedures and itemization of retail and wholesale spares required to maintain the LPWS fleet to meet Army’s operational readiness goals.5. Plan and execute follow-on logistics demonstration.6. Maintain and update the LPWS Operator and Maintainer Technical Manuals.7. Plan and execute LPWS operator deployment new equipment training (NET) for air defense units in preparation for deployment.8. Maintain accountability and maintenance of LPWS GFP to include LPWS, basic issue items, and components of end item IAW Army regulations.9. Plan and develop modification work orders (MWO) and apply the MWO kits to the LPWS fleet within the continental United States (CONUS) and OCONUS sites.10. Provide CLS for the CONUS and OCONUS LPWS fleet. Contractor logistics support will include all maintenance, supply and transportation requirements to support the LPWS PO engineering and testing mission readiness exercises, live fire support operations and AOOs.11. Provide Foreign Military Sales planning support including attending meetings with the LPWS PO, assisting in cost and schedule development, letter of request responses and answering RFIs.Additional Information1. The LPWS PO is transitioning from CLS to organic Army maintenance; however, CLS will be required for the continuation of other LPWS operations. Extensive technical and logistical knowledge of the LPWS is desired to minimize the time necessary to meet operational requirements.2. The contractor must be able to have personnel in place to begin support immediately upon contract award.3. The contractor must draft a White Paper outlining the technical approach and provide statements on how the technical capabilities meet these key attributes:Technical knowledge and experience with the LPWSPersonnel availability – discuss the approach for identifying, recruiting and selecting personnel for consideration to provide the desired support.Personnel selection – discuss the approach, including prerequisite qualifications, for determining the selection of personnel to perform the desired support. Identify the experience and education attributes to be used in selecting personnel.Key personnel – discuss approach for the identification of key personnel and defining their duties and responsibilities.Assignment location – discuss the approach for identifying and selecting personnel with the necessary qualifications for short- and long-term assignments at multiple locations, including overseas.Training – discuss the approach for training personnel on the LPWS.Management – discuss the management approach to be used to organize and control a system to provide the desired support.Other clients/experience – discuss the major clients to whom you have provided similar support services, and whether you are working with clients presently regarding the services.Summary: State briefly why this company’s approach is the most effective in meeting the requirement.4. Responses must include company name, commercial and Government, entity code, mailing address, identify themselves as a small or large business and identify appropriate point of contact information. Any proprietary material should be clearly marked and will be held in the strictest confidence.Contracting Office AddressArmy Contracting Command – Redstone Arsenal – (Missile)ATTN: CCAM-SMA5250 Martin Road,Redstone Arsenal, AL 35898United StatesPoint(s) of Contact:Jill Freeman, Contracting Officerjill.g.freeman.civ@army.milNajah Muhammad, Contract Specialist najah.y.muhammad.civ@army.milJennifer Malone, Contract Specialist jennifer.l.malone27.civ@army.mil

USALocation

Place Of Performance : N/A

Country : United States

Office Address : AMCOM CONTRACTING CENTER MISSLE REDSTONE ARSENAL , AL 35898-5090 USA

Country : United StatesState : AlabamaCity : Redstone Arsenal

You may also like

Sources Sought - AEWS Archer Weapon System Sustainment CLS

Due: 05 May, 2024 (in 2 days)Agency: DEPT OF DEFENSE

Weapon System Sustainment Program

Due: 29 Aug, 2024 (in 3 months)Agency: DEPT OF DEFENSE

Classification

naicsCode 336992Military Armored Vehicle, Tank, and Tank Component Manufacturing
pscCode R706Logistics Support Services