Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full Rate Production Years 15-19

expired opportunity(Expired)
From: Federal Government(Federal)
W31P4Q22R0071

Basic Details

started - 19 Jul, 2022 (21 months ago)

Start Date

19 Jul, 2022 (21 months ago)
due - 18 Aug, 2022 (20 months ago)

Due Date

18 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
W31P4Q22R0071

Identifier

W31P4Q22R0071
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708525)DEPT OF THE ARMY (133039)AMC (72591)ACC (74966)ACC-CTRS (32885)ACC RSA (5261)W6QK ACC-RSA (3559)
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.

The Army Contracting Command – Redstone Arsenal is issuing this Sources Sought Notice/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 High Mobility Artillery Rocket System (HIMARS) Production to support the Strategic and Operational Rockets and Missiles (STORM) 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.Requirement Statement: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. The response should include: (1) a description of manufacturing capabilities for producing HIMARS Launchers at the quantities indicated below, (2) evidence of past similar experience, (3) an attached tier one schedule (Microsoft Project) showing the timing of events from contract award to delivery of the first HIMARS Launcher to the U.S. Government, and (4) a recommended facility and supply chain partners with available capacity beginning in Fiscal Year (FY) 24. 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. Maximum production quantities:HIMARSFY24: Min 24/Max 96FY25: Min 24/Max 96FY26: Min 24/Max 96FY27: Min 24/Max 96FY28: Min 24/Max 96Total: Min 120/ Max 480The total quantities for HIMARS include all potential variants. Additional supporting efforts include, but are not limited to: recurring production, obsolescence, engineering changes, system engineering and program management (SEPM), integrated logistics support (ILS), spares, New Equipment Training, and other support equipment.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 five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature 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. 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 beta.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 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.

Redstone Arsenal, AL, 35898, USALocation

Place Of Performance : N/A

Country : United StatesState : AlabamaCity : Redstone Arsenal

You may also like

Classification

NAICS CodeCode 336414
Classification CodeCode 1440