Alabama Bids > Bid Detail

Javelin Weapon System FY23-26 Production

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159469948188435
Posted Date: Oct 4, 2022
Due Date: Oct 19, 2022
Solicitation No: AUR-23
Source: https://sam.gov/opp/49c059d567...
Follow
Javelin Weapon System FY23-26 Production
Active
Contract Opportunity
Notice ID
AUR-23
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 04, 2022 10:42 am CDT
  • Original Response Date: Oct 19, 2022 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1427 - GUIDED MISSILE SUBSYSTEMS
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL
    USA
Description

The U.S. Army Contracting Command - Redstone (ACC-R) 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 continued manufacturing of the Javelin All-Up-Round (AUR) for FY 23-26. Javelin AUR includes the existing Block 1 configuration, F-Model and other future variants to accommodate obsolescence and/or advances in technology. Javelin is a medium range, imaging infrared, fire-and-forget, man-portable, anti-tank weapon system developed for the US Army and the US Marine Corps (USMC) to meet the Combat Developer’s requirements as specified in the Joint Service Operational Requirement. The Javelin System includes a tactical round and a CLU. Javelin training devices include the Missile Simulation Round, the Enhanced Producibility Basic Skills Trainer, Field Tactical Trainers (FTT) for both the instructor and for the student, and the Javelin Weapons Effects Simulator. The Javelin Weapon System continues to demonstrate a high reliability of 95% for fielded assets with over 2,000 missiles fired to date. It deployed in support of Operation Enduring Freedom, Operation Iraqi Freedom (OIF), and Overseas Contingency Operations to both the US Army and the USMC. This effort increases previously authorized and approved missile requirements included in the current five-year contract requirement. The Government does not own a full Technical Data Package for the Javelin Weapon System. The Raytheon/Lockheed Martin Javelin Joint Venture, Commercial and Government Entity (CAGE) Code 0FCZ3, is the original developer of the Javelin Weapon System and owns the Technical Data Package.



The anticipated ordering periods will be FY23 from 31 March 2023 through 30 September 2023; FY24 from 1 October 2023 through 30 September 2024; FY25 from 1 October 2024 through 30 September 2025; FY26 from 1 October 2025 through 30 September 2026.



The proposed North American Industry Classification Systems (NAICS) Code is 336414, which has a corresponding Size Standard of 1,250. This award will be made on an Other Than Full and Open Competition, Sole Source basis in accordance with Federal Acquisition regulation 6.302-1. The Government intends to solicit and award a Firm Fixed Price contract for this requirement.



This acquisition will require access to classified information. This acquisition will require personnel with a Secret Security clearance.



This sources sought is for informational purposes only. This is not a request for proposal (RFP) submission. 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 because of this notice. No funds are available to pay for preparation of responses to this notice. Any information submitted by respondents to this sources sought is strictly voluntary. All responses are considered; however, the Government assumes no financial responsibility for any costs incurred for preparation of responses to the sources sought notification or any follow up information requests. Extraneous materials (brochures, manuals, etc) are not considered.



If you believe your organization has the potential capacity to perform these contract services, please provide the following information:



1. Organization name, address, POC, email address, web-site address, telephone number, and size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) Number and CAGE Code.



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. Additionally, provide a description of similar services offered to the Government and/or to commercial customers for the past three years submission. Submissions shall not exceed 20 pages (8.5 X 11 inches). Format of submissions shall be in accordance with the outline above. Font shall be 12 pitch with one-inch borders. No information marked {Proprietary to company name} will be disclosed outside of the Department of Defense. No telephone inquiries will be accepted. The documentation provided will not be returned. This is not a Solicitation and does not obligate the Government to issue a Solicitation.



Submission Instructions: Interested parties, who consider themselves qualified to perform the above listed services, are invited to submit a response via email to this Sources Sought Notice by 1500 CST on 19 October 2022. All responses to this Sources Sought must be submitted to Christa Radford, Contract Specialist, at christa.m.radford.civ@army.mil and Laquetta Atkins, Contracting Officer, at laquetta.k.atkins.civ@army.mil. All questions and comments concerning this Sources Sought should be e-mailed to the POC's aforementioned above no later than 5 days before the closing date of this notice to give the POC sufficient time to provide a response and must be in writing; no telephone calls.


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
  • Oct 04, 2022 10:42 am CDTSources Sought (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 >