Alabama Bids > Bid Detail

Request for Information & Notice of Intent to Sole Source Coyote/KurFS Counter Unmanned Ariel Systems

Agency:
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159431494574068
Posted Date: Dec 18, 2023
Due Date: Jan 2, 2024
Source: https://sam.gov/opp/5351d8066f...
Follow
Request for Information & Notice of Intent to Sole Source Coyote/KurFS Counter Unmanned Ariel Systems
Active
Contract Opportunity
Notice ID
PANRSA-24-P-002962
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
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 18, 2023 12:24 pm CST
  • Original Response Date: Jan 02, 2024 03:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 17, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 1427 - GUIDED MISSILE SUBSYSTEMS
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Huntsville , AL
    USA
Description

This is a combined request for information (RFI) and Notice of Intent to Sole Source. This notice does not constitute an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (RFP). This notice does not constitute a commitment by the U.S. Army to procure products or services. Information submitted in response to this notice is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure.





Your response to this notice is voluntary and will be treated only as information for the Government to consider. No funds have been authorized, appropriated, or received for this effort. The Army may use the information provided to develop its acquisition strategy. If a solicitation is released for the supplies or services described herein, it will be synopsized on SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this potential requirement.





The US Government is concurrently conducting market research for the rapid development, deployment, and support of the US Army Coyote Missile System, Coyote Missile launchers and Ku-band Radio Frequency System (KuRFS) Radar as well as announcing its Notice of Intent to negotiate and award a sole source contract for the procurement of the minimum quantity of Coyote/KuRFS systems named in the table below. The Coyote is an air breathing missile that utilizes synthetic aviation fuel and is radar steered. KuRFS is a Ku band radar capable of fire control quality tracks and is utilized to provide guidance for the Coyote missile as well as air picture information.





Background: The US Army has a need to develop, produce and maintain countermeasures against enemy-armed and intelligence gathering UAS's operating at various speeds and altitudes which are targeting both US and their allies' interests at home and abroad.





The Government intends to enter into a direct award with Raytheon at 836 North Street, Tewksbury, MA under the NAICs code of 334511 or 336414 and PSC Code 1427. Interested firms who believe they are capable of providing the below described efforts are invited to indicate their interest by providing the following information to the contract specialist listed below:




  1. Company name, company address, overnight delivery address (if different from mailing address, CAGE Code, point of contact, e-mail address, telephone number, fax number.

  2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.)

  3. Affirmation of cleared personnel and facilities.

  4. A description of the company's expertise in providing manufacturing expertise and producing hardware as described below.

  5. The company's experience in meeting contractual due dates for similar type efforts.

  6. NAICS Code 334511, 336414



All responses shall be unclassified.





All assumptions, including any assumed G6vernment support, shall be clearly identified. All proprietary and restricted information shall be clearly marked.





Interested sources shall have sufficient logistics, engineering and other expertise to provide all facets of development, production and support for the Army's Coyote and KuRFS systems without the aid of a technical data package (TDP). The Government will not provide a TDP in response to this posting.





The interested source shall be capable of providing coverage, starting approximately March 2024, for the following: 1) maintenance and repair support for US Army Outside the Continental United States (OCONUS) and Continental United States (CONUS) Coyote missile systems, Coyote missile launchers, and KuRFS systems. 2) personnel capable of repairing systems to meet the program's operational availability requirements to a minimum of fifteen CONUS and OCONUS sites. 3) training for operators and maintainers 4) obtaining spare and repair parts and providing them to OCONUS and CONUS sites. The interested source shall be capable of maintaining and repairing Coyote and KuRFS systems at a minimum of fifteen CONUS and OCONUS sites.





The offeror shall have sufficient engineering expertise to support the integration of the overall system as well as provide development activities for the Coyote missile systems, Coyote missile launchers and KuRFS systems in accordance with United States Government (USG) requirements. The development activities will include both hardware and software capabilities. The interested source shall possess or have access to a facility capable of testing capability at the system and component level. The interested source shall have the capability of identifying obsolescence in the contractor supplied components and provide the USG with proposed replacements or redesigns.





The interested source shall have the capability to produce, integrate and perform acceptance test of both the KuRFS and Coyote systems IAW USG requirements. The interested source's production facility shall have ISO 9000 certification. The estimated production requirement over five years (FY25-FY29) is:



System Minimum Quantity



Fixed Site Coyote Launcher Systems 252



Mobile Coyote Launcher Systems 25



Coyote Kinetic Interceptor 6000



Coyote Non-Kinetic Interceptor 700



Fixed Site KuRFS 118



Mobile KuRFS 33



This procurement requires the contractor to operate as a US corporation with a secure manufacturing facility approved to the SECRET level by the Defense Security Service (DSS). Further, the Defense Contract Management Agency (DCMA) will be asked to conduct a preĀ­ award survey of the firm's facility to determine the capability to successfully fulfill the requirements of this contract and to minimize risk to the Integrated Fires Rapid Capabilities Office (IFRCO).



This notice will close 15 days from the date of posting. The statutory authority for this notice is prescribed by FAR Part 10, and FAR 6.302-l(b)(l)(ii). All questions and responses should be directed to the Contracting Officer/Contracts Specialist.




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
  • Dec 18, 2023 12:24 pm CSTSpecial Notice (Original)

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 >