Air-to-Ground Missile Systems (AGMS) Engineering Services Sources Sought

Agency: DEPT OF DEFENSE
State: Alabama
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Apr 10, 2024
Due: Apr 25, 2024
Solicitation No: 24-M0100AGMSES
Publication URL: To access bid details, please log in.
Follow
Air-to-Ground Missile Systems (AGMS) Engineering Services Sources Sought
Active
Contract Opportunity
Notice ID
24-M0100AGMSES
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 10, 2024 08:55 am CDT
  • Original Response Date: Apr 25, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

Description:



The U.S. Army Contracting Command - Redstone Arsenal, AL (ACC-RSA) is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in, and the resources to support this requirement for Engineering Services in support of LONGBOW/HELLFIRE (M299) Launcher, Laser HELLFIRE Missile, and Joint Air-to-Ground Missile (JAGM). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330 and the size standard is $47M.



THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute an invitation for bid, request for quotation, or request for proposal. This SSN does not constitute a commitment by the U.S. Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SSN OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Submission of any information in response to this SSN is purely voluntary. Information submitted in response to this SSN 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.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide engineering 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 task management plan that includes: program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation.



Program Background:



It is contemplated that this award will be made to Lockheed Martin Corporation, utilizing



other than a Full and Open Competition (FAOC) approach in accordance with Federal Acquisition Regulation (FAR) 6.302-l, Only One Responsible Source.



The Government intends to solicit and award a Cost-Plus-Fixed-Fee contract for this requirement. The anticipated Period of Performance (PoP) for Engineering Services will be 48 months from date of award. The USG will not provide funding for facilitation, tooling, or any qualification costs related to this effort. The proposed acquisition is to provide Engineering Services as depicted in the following paragraphs.



Required Capabilities:



The Contractor shall be able to provide resources, starting no later than 1 August 2026, to consist of program management, engineering, product assurance, logistics, configuration management, test/evaluation, and production engineering support required to maintain the capability of the LONGBOW/HELLFIRE (M299) Launcher, HELLFIRE, and JAGM missile systems. The HELLFIRE Missile System is defined as all models of HELLFIRE missiles, containers, environmental cover assembly, special inspection equipment, and test sets. The JAGM system is defined as missiles, containers, software, supportability elements, and platform interfaces. The M299 system is defined as HELLFIRE, Longbow, or JAGM munition launcher to include required electronic components, launcher to aircraft interface and sequencing, Launcher Electronics Assembly, plus all required rails, hardback, harnesses, latches, and switches.



In detail, the Government requires:




  • Compliance with ANSI/ISO/ASQ 9001:2015, AS 9100, or equivalent Systems Management of a comprehensive engineering services program to include earned value management and other programmatic reporting.

  • Safety, reliability, quality, performance, producibility, and maintainability of Air-to-Ground Missile Systems through the engineering services program.

  • Engineering tasks may include but are not limited to software/firmware and hardware investigations, inspection, analysis, trade studies, system retrofits and upgrades design, fabrication, reports, drawings, specifications, and manuals.

  • Management of individual qualification test programs to ensure continued success with obsolescence replacements.



SUBMISSION INSTRUCTIONS:



Interested parties who consider themselves qualified to perform the above-listed engineering services are hereby invited to submit a response to this SSN not later than the response date listed in this notice. Submitted capabilities statement shall be no more than ten (10) pages in length in Times New Roman font of not less than ten (10) pitch. All responses under this SSN must be in either Microsoft Word or Portable Document Format and submitted via email to the primary point of contact listed in this notice. All data received in response to this SSN that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



All questions must be submitted via email to the contract specialist identified below.



Responses must address at a minimum the following items:



1) Organization name, address, email address, Web site address, telephone number, and CAGE code.



2) Provide a description of your company’s expertise and experience in providing Engineering Services in support of products similar to LONGBOW/HELLFIRE (M299) Launcher, Laser HELLFIRE Missile, and JAGM.



3) Describe, in general, your company’s approach to developing the capability to provide Engineering support of products similar to LONGBOW/HELLFIRE (M299) Launcher, Laser HELLFIRE Missile, and JAGM.



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



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



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



7) What specific technical skills does your company possess which ensure capability to perform the requirements?



8) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the requirements described in this SSN for a 48-month PoP beginning on date of award.



9) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.



10) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.



Contract Specialist, Mr. Patrick Mauldin, email to patrick.o.mauldin.civ@army.mil



Due no later than 5:00 p.m. CST on 25 April 2024, and reference this synopsis number in subject line of e-mail and on all enclosed documents.



DO NOT SUBMIT CLASSIFIED MATERIAL.



Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submission.


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
  • Apr 10, 2024 08:55 am CDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Last Name Edit G14-40358 -HCS+ & TSIS6 Software SRC0000021957 G14-40358 -HCS+ & TSIS6 ...

State Government of Alabama

Bid Due: 5/07/2024

...UA24-131 Room Scheduling Software Attachments Attachment- State of Alabama Immigration Compliance...

The University of Alabama

Bid Due: 5/24/2024

...UA24-131 Room Scheduling Software Attachments Attachment- State of Alabama Immigration Compliance...

The University of Alabama

Bid Due: 5/24/2024

...Follow NSI X300 CT & DR Software Maintenance Agreement Active Contract Opportunity Notice ...

JUSTICE, DEPARTMENT OF

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.