Alabama Bids > Bid Detail

Inert Warhead for the Reduced Range Practice Rocket (RRPR) M28A2

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 13 - Ammunitions and Explosives
Opps ID: NBD00159890582690041
Posted Date: Jun 2, 2023
Due Date: Jun 6, 2023
Solicitation No: W31P4Q-23-R-0059
Source: https://sam.gov/opp/31fecc2dc8...
Follow
Inert Warhead for the Reduced Range Practice Rocket (RRPR) M28A2
Active
Contract Opportunity
Notice ID
W31P4Q-23-R-0059
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: Jun 02, 2023 12:47 pm CDT
  • Original Published Date: May 03, 2023 03:38 pm CDT
  • Updated Response Date: Jun 06, 2023 04:00 pm CDT
  • Original Response Date: Jun 02, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jun 21, 2023
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1340 - ROCKETS, ROCKET AMMUNITION AND ROCKET COMPONENTS
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

The Army Contracting Command – Redstone Arsenal hereby issue the following Sources Sought/Request for Information notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the follow-on contract of Inert Warheads for the Low Cost Reduced Range Practice Rocket, M28A2 in support of the United States Army Field Artillery training needs.



DISCLAIMER:



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), OR REQUEST FOR QUOTE (RFQ). 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 RFQ, IFB, OR RFP. 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 INFORMATION PERTAINING TO THIS REQUIREMENT.”



BACKGROUND:



The United States (US) Army Field Artillery community has identified a training need for the Multiple Launch Rocket System (MLRS) practice rockets. The RRPR M28A2 is a cost-effective solution to that need. An inert warhead is mated to the same rocket motor assembly used on the M26 Tactical Rocket to provide MLRS batteries an opportunity to train with a rocket pod that has the same properties as the tactical pod and to experience the same effects of firing a tactical rocket, but at reduced ranges.



REQUIRED CAPABILITIES:



The Army Contracting Command-Redstone anticipates awarding a contract to manufacture inert warhead, Part Number 13540611, for the Reduced Range Practice Rocket (RRPR) M28A2. This procurement will have an estimated minimum quantity of 2,000 and the maximum of 5,238 each (US & FMS quantities). The estimated period of performance consists of base award plus three options. Specifics regarding the number of option periods will be provided in the solicitation.



The Government has enclosed the Statement of Work detailing the requirements herein. Distribution of the drawings are authorized only to the DoD and U.S. DoD Contractors and shall only be disseminated in accordance with provisions of DoD Directive 5230.25. Requests for drawings shall be referred to Latasha Y. Porter, Contracting Officer, latasha.y.porter.civ@army.mil and Latisha R. Walters, Contract Specialist, latisha.r.walters.civ@army.mil.



If your organization has the potential capacity to perform these contract services, please provide the following information in capabilities statement:



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



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



3.) Affirmation of cleared personnel.



4.) Tailored capability statement addressing the particulars of this effort; and provide a description of similar services offered to the US Government and/or to commercial customers for the past three years.



5.) Max monthly production capacity/quantities of Inert Warheads.



6.) Ability to meet American Welding Society (AWS) D17.1/D17.1M:2017 Class C Fusion Welding to include personnel certification and training status.



7.) Ability to establish a quality management system in compliance to International Organization for Standardization (ISO) certification ISO 9001 or AS9100.



8.) Time required after receipt of a delivery order before a First Article Inspection (FAI) and Production Line Validation (PLV) could be conducted.



9.) Time required after receipt of a delivery order at max monthly production capacity for first delivery to be completed.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT):



Interested parties are requested to submit a capabilities statement of no more than thirty (30) pages length, Times New Roman font of not less than 10 pitch in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is no later than 4 pm, CST, 02 June 2023. All responses under this Sources Sought/Request for Information Notice must be e-mailed to Latasha Y. Porter, Contracting Officer, latasha.y.porter.civ@army.mil and Latisha R. Walters, Contract Specialist, latisha.r.walters.civ@army.mil. Questions for this request are due by 4 pm, CST, 15 May 2023.



Documentation provided 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.) Briefly discuss previous teaming arrangements on your most challenging tasks that provides sufficient detail for the Government to understand the scope and complexity of the accomplished tasks.



6.) Quantify the magnitude of the effort, for example: number of full-time equivalents of the prime, total ceiling price, current obligation amount, and the number of subcontractors and their respective business size.



7.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, (Class Deviation 2021- O0008 (dated 09/10/21)) the small business prime and their similarly situated subcontractors must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's intent to perform as the prime contractor and/or partner with similarly situated subcontracts to perform at least 50% of the tasking described in this draft SOW. In your response, please annotate the SOW paragraphs the prime and similarly situated subcontractors will perform. Do you or your planned subcontractors anticipate any conflicts of interest that would require mitigation prior to award?



All responses shall be unclassified. All data received in response to this Sources Sought/Request for Information 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 and Contracting Officer 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/Request for Information.




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 >