Alabama Bids > Bid Detail

Strategic and Operational Rockets and Missiles (STORM) Precision Strike Missile (PrSM)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159273329943637
Posted Date: Apr 20, 2023
Due Date: Apr 30, 2023
Solicitation No: W31P4Q-23-R-0055
Source: https://sam.gov/opp/94dcc7f239...
Follow
Strategic and Operational Rockets and Missiles (STORM) Precision Strike Missile (PrSM)
Active
Contract Opportunity
Notice ID
W31P4Q-23-R-0055
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 20, 2023 10:21 am CDT
  • Original Published Date: Apr 20, 2023 10:05 am CDT
  • Updated Response Date: Apr 30, 2023 04:00 pm CDT
  • Original Response Date: Apr 30, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1440 - LAUNCHERS, GUIDED MISSILE
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

Strategic and Operational Rockets and Missiles (STORM) Precision Strike Missile (PrSM)



INTRODUCTION



The Army Contracting Command – Redstone Arsenal is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Precision Strike Missile Increment 1 (PrSM Inc 1) Follow-on Production contract to support the Strategic and Operational Rockets and Missiles (STORM) Project Office. The scope of the FOLLOW-ON PRODUCTION contract will include production and delivery of approximately 634 PrSM rounds. The intention is to procure this hardware on a sole source basis.



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



PrSM Increment 1



The Defense Acquisition Executive (DAE) approved the PrSM Materiel Development Decision (MDD) on 6 November 2013. During the Materiel Solution Analysis (MSA) phase, the Army completed an Analysis of Alternatives (AoA) in July 2015. In September 2015, the Director, Cost Assessment and Program Evaluation (DCAPE) determined the analysis to be sufficient. In April 2017, the Army updated the AoA assessing PrSM capabilities in multiple threat scenarios. Results of the update confirmed the initial AoA findings supporting the development of a multiple missile per pod solution with ranges exceeding current long-range fire capabilities. In August 2016, the Army awarded 9-month risk reduction trade studies and initial design development agreements to two industry partners. In 1QFY17, the Army also conducted an Extended Range Missile Technology Demonstration (ERMTD) to assess the maturity of technologies and determine program acceleration opportunities. Industry was invited to provide demonstrations of applicable component and system level technologies for consideration by the Government. There were no technologies presented that supported program acceleration.



The DAE signed the Milestone A (MS A) Acquisition Decision Memorandum (ADM) on 31 March 2017 and determined an Army Acquisition Objective (AAO) for the PrSM Baseline Missile of 2422 missiles. In 3QFY17, the PrSM Product Office (PO) awarded 34-month Technology Maturation and Risk Reduction (TMRR) agreements to two industry partners using the Department of Defense Ordnance Technology Consortium’s (DOTC) Other Transaction Authority (OTA).



On 10 December 2019, one industry partner conducted a successful prototype flight test meeting all required Enhanced-TMRR (E-TMRR) entrance criteria. The Army awarded E-TMRR Phase 1 on 20 December 2019, which provided the authority to purchase materials required for E-TMRR. The Army awarded the E-TMRR Phase 2 Statement of Work in 3QFY20.



On 20 March 2020, the Army Acquisition Executive (AAE) approved a PrSM Product Office (PO) plan that included award of a sole source E-TMRR contract to industry. On 27 September 2021 the AAE approved MS B and the ADM to enter the Engineering and Manufacturing Development (EMD) phase. On 30 September 2021 the prime contractor was awarded a Undefinitized Contract Award. The EMD contract was definitized in July 2022.



During the EMD phase of the PrSM Program on 10 September 2021 the Army awarded an option for Early Operational Capability Lot 1 (EOC-1) hardware, to procure 26 assets for early delivery to the warfighter. On 26 September 2022 the Army awarded a second option for EOC-2 to procure 54 assets for continued deliveries to the warfighter. The Army expects to award EOC-3, with an option for EOC-4, in 4QFY2023.



REQUIRED CAPABILITIES



The Army Contracting Command-Redstone anticipates awarding a contract for the PrSM Increment 1 FOLLOW-ON PRODUCTION on an other than full and open competitive basis under the authority of Federal Acquisition Regulation (FAR) Subpart 6.3.



The proposed contract action is a 48-month effort to produce approximately 634 assets of the PrSM Increment 1 system. This contract action will fulfill a directed requirement to provide the most capable and modernized artillery battalions for employment across land domains.



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



SPECIAL REQUIREMENTS:




  • Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance.

  • Berry Amendment

  • Information Technology (e.g., Clinger-Cohen Act) and Cybersecurity

  • Service Contract Act

  • Government Furnished Property plan.



ELIGIBILITY



The applicable North American Industry Classification System (NAICS) code for this requirement is 336414 with a Small Business Size Standard of 1,250 employees. The Product Service Code is 1440. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4 pm, CST, 30 April 2023. All responses under this Sources Sought Notice must be e-mailed to Contract Specialist James Mosley at james.k.mosley2.civ@army.mil or Contracting Officer Monty Teasley at monty.d.teasley.civ@army.mil.



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.





The estimated period of performance consists of base award plus two options for continued production with performance commencing on/or about 3QFY25. Specifics regarding the number of option periods will be provided in the solicitation.



The contract type is anticipated to be Firm Fixed Price.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Specialist, James Mosley, or Contracting Officer Monty Teasley, in either Microsoft Word or Portable Document Format (PDF), via email at james.k.mosley.civ@army.mil or monty.d.teasley.civ@army.mil



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.




Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER MISSLE
  • REDSTONE ARSENAL , AL 35898-5090
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >