Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
MODIFICATION

14 -- Improved Guided Multiple Launch Rocket System Missile (GMLRS)

Notice Date
2/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
AMCOM Contracting Center - Missile (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q11R0075
 
Response Due
3/14/2011
 
Archive Date
5/13/2011
 
Point of Contact
LaVerne Askew, 256-842-8151
 
E-Mail Address
AMCOM Contracting Center - Missile (AMCOM-CC)
(laverne.askew@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
***This Amendment to Sources Sought/Request for Information Reference Number W31P4Q-11-R-0075 incorporates Narrative No. 3 under Requirement Statement referenced below. The response date remains No Later than 14 March 2011. *** The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for the development and production of an improved Guided Multiple Launch Rocket System Missile (GMLRS). This RFI is released pursuant to FAR 15.201(e). Interested sources will provide a white paper describing their recommended strategies. Responses must be in compliance with all applicable Army, DoD and Federal policies. Requirement Statement: The desired improvements in a next generation GMLRS Unitary (M31A1) rocket are: 1.Increase the maximum range beyond the current capability of 84 km with no impact on the current minimum range capability of 15 km. Six missiles per launcher pod is the threshold quantity. 2.Provide scalable warhead effects equal to the current 200 lb class warhead which may operate in a proximity mode, point detonation mode, or time delay after impact mode. When selected at the launch platform, a scalable mode will result in a warhead function that decreases collateral damage (i.e., warhead partial detonation/deflagration event or other means that does not leave unexploded ordnance). 3.Provide an ability to scale the warhead lethal effects up. The desire is to have lethal effects greater than the current 200 lb class warhead. A Request for Proposal (RFP) for this effort may be issued in FY12. All questions shall be directed to LaVerne Askew, Contracting Officer, whose contact information is listed at the end of this notice. The Government is seeking white papers regarding the technical approach to this development and industry's assessment/opinion of the most efficient and cost effective method of executing this effort. The Government also invites industry to suggest methods of contracting for development, test and production of the next generation GMLRS Unitary configuration. This RFI seeks white papers that describe the benefits or risks associated with inclusion of production options and recommendations on contracting approaches that provide a best value to the Government while minimizing risk (especially cost risk) to the selected development contractor. RFI Purpose and Limitations: The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit your formal white paper submission to no more than 20 pages to include cover letter. In addition five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, LaVerne Askew, Contracting Officer, email address: laverne.askew@us.army.mil. Responses must be received no later than 14 March 2011. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued as Market Research, solely for information and planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services. Any response to this synopsis will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. Contracting Office Address: Department of the Army, Army Contracting Command - Redstone, Attention: CCAM-TM-B, LaVerne Askew, BLDG 5303 (3rd Floor) Martin Road, Redstone Arsenal, Alabama 35898-5000. Point of Contact: LaVerne Askew, Contracting Officer, Phone: 256-842-8151, Fax: 256-955-8478
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9cbb51686ac5efbb65808c612ab6c4bc)
 
Place of Performance
Address: AMCOM Contracting Center - Missile (AMCOM-CC) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02371824-W 20110204/110202234407-9cbb51686ac5efbb65808c612ab6c4bc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.