Alabama Bids > Bid Detail

Precision Strike Missile Increment 2

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159912334255276
Posted Date: Feb 8, 2023
Due Date: Feb 22, 2023
Solicitation No: W31P4Q-23-R-0037
Source: https://sam.gov/opp/f1ba5a087a...
Follow
Precision Strike Missile Increment 2
Active
Contract Opportunity
Notice ID
W31P4Q-23-R-0037
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 07, 2023 02:51 pm CST
  • Original Response Date: Feb 22, 2023 04:00 pm CST
  • Inactive Policy: 15 days after response 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 2 (PrSM Inc 2) transition contract, to support the Strategic and Operational Rockets and Missiles (STORM) Project Office. The scope of the transition contract will include engineering development for an early operational capability (EOC), initial production of EOC missiles, and a potential option for seeker competition in support of a future full rate production decision. The intention is to procure these services 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 INFORMATION 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 MS A Acquisition Decision Memorandum 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 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 TMRR entrance criteria. The Army then awarded an Enhanced TMRR (E-TMRR) Phase 1 contract on 20 December 2019, which provided authority to purchase materials required for E-TMRR. The Army awarded the E-TMRR Phase 2 Statement of Work in 3QFY20.





On 14 April 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 Milestone B and the Acquisition Decision Memorandum to enter the Engineering and Manufacturing Development (EMD) phase. On 30 September 2021, the prime contractor was awarded an undefinitized contract award. The EMD contract was definitized in July 2022. Lockheed Martin is still performing the PrSM Increment 1 requirements, to include E-TMRR, EMD, EOC-1 and EOC-2. The USG has Government Purpose Rights (GPR) to the Technical Data Package owned by Lockheed Martin.





PrSM Increment 2:





In 2016 the U.S. Army Combat Capabilities Development Command Aviation & Missile Center (DEVCOM AvMC) began the Land Based Anti-Ship Missile (LBASM) Science & Technology (S&T) project. In 2019, Army Futures Command/Long Range Precision Fires Cross Functional Team directed competing PrSM Increment 1 industry partners to evaluate LBASM seeker integration into their missile design for PrSM Increment 2. The Government communicated that the design chosen for PrSM Increment 1 EMD would be the baseline design for Increment 2.





In FY20, the U.S. Army TRADOC Analysis Center (TRAC) informed the Army’s modernization approach to overcome shortfalls in strategic surface-to-surface fires capabilities in support of Joint/Service A2/AD Multi-Domain operations. The TRAC Study recommend PrSM Increment 2 as the cost/operationally effective means to satisfy the warfighter’s requirement.





In 2020, the Army Requirements Oversight Council (AROC) approved the PrSM Capability Development Document (CDD)- Annex A, establishing PrSM Increment 2 requirements. In addition, the Program Executive Office Missiles & Space (PEO M&S) and DEVCOM AvMC signed a Transition Agreement to integrate the LBASM seeker technology with the PrSM baseline (Increment 1) missile to satisfy PrSM Increment 2 requirements.





In 2021, Army senior leadership revised PrSM Increment 2 Early Operational Capability date from FY25 to FY27. Also, in 2021 the Joint Requirements Oversight Council (JROC) validated the PrSM Increment 1 CDD with the PrSM Increment 2- Annex A.





REQUIRED CAPABILITIES





The Army Contracting Command-Redstone anticipates awarding a contract for PrSM Increment 2 Acquisition Transition Contract on 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 for the initial development, testing and initial production of 30 PrSM Increment 2 missiles. This contract action will fulfill a directed requirement to provide the most capable and modernized artillery battalions for employment across maritime and 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

  • IT (e.g. Clinger-Cohen Act) and Cybersecurity

  • Service Contract Act

  • Government Furnished Property plan.





ELIGIBILITY





The applicable 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, 22 February 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 early production options with performance commencing on/or about 1QFY25. 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 because of a response to this Sources Sought.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 07, 2023 02:51 pm CSTSources 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 >