The RFP Database
New business relationships start here

Javelin Weapon System Production FY18 - 20


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a sources sought notice only for information and planning purposes and does not constitute a solicitation. This announcement closes on 28 June 2017 at 5:00 p.m. Central Standard Time (CST).

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 manufacturing of the Javelin All-Up-Round (AUR) or an equivalent Ground-to-Ground missile and Javelin Command Launch Unit (CLU) for FY 18-26. Javelin AUR includes the existing Block 1 configuration, F-Model and other future variants to accommodate obsolescence and/or advances in technology. This requirement also includes existing and future Javelin AUR support and training equipment such as round reset/re-tube, batter coolant units, spares, outdoor trainers, Instructor Stations (OTIS), and other future modernized training devices. CLU includes Block 1 CLUs, CLU-Retrofits, 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 JSOR. The Javelin System includes a tactical round and a CLU. Javelin training devices include the Missile Simulation Round, the EPBST, the FTT for the instructor and the FTT for the student, and the JAVWES. The Javelin Weapon System continues to demonstrate a high reliability of 95% for fielded assets with over 2,000 missiles flown to date. It was deployed in support of Operation Enduring Freedom (OEF), Operation Iraqi Freedom (OIF), and Overseas Contingency Operations to both the US Army and the USMC.


It is anticipated that the Javelin contractor will be required to deliver an average of 2,100 rounds per year and 100 CLUs per year starting in fiscal year 2018. The proposed North American Industry Classification Systems (NAICS) Code is 336414 which has a corresponding Size Standard of 1,250. It is contemplated that this award will be made on an Other Than
Full and Open Competition (FAOC), Sole Source basis in accordance with Federal Acquisition regulation (FAR)
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.


The anticipated period of performance is March 2018 through January 2026.


There is no Solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is strictly voluntary; the Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information requests. All responses will be considered. Extraneous materials (brochures, manuals, etc) will not be considered.
If 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
Commercial and Government Entity (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 Instructions: Interested parties who consider themselves qualified to perform the above listed services
are invited to submit a response to this Sources Sought Notice by 1500 CST on 28 June 2017. Responses shall be
emailed to LaShelle Townsend, Contract Specialist, at lashelle.b.townsend.civ@mail.mil and Andrea Dixon at
andrea.s.dixon1.civ@mail.mil. All questions and comments concerning this Sources Sought should be e-mailed
to the POC's aforementioned above and must be in writing; no telephone calls.


Firms are encouraged to seek Source Approval Requests (SAR) in order to become an approve source by submitting documentation in accordance with the Competition Advocate's Shopping List procedures. These procedures are outlined at the following website: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_casl.


 


LaShelle B. Townsend, Contract Specialist, Phone 2568429587, Email lashelle.b.townsend.civ@mail.mil - Andrea S. DIxon, Contracting Officer, Phone 2569550115, Email andrea.s.dixon1.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP