Search Contract Opportunities

Life Cycle Launcher Support (LCLS) V

ID: W31P4Q-22-R-0008 • Type: Presolicitation

Description

The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Strategic and Operational Rockets and Missiles (STORM) Project Office, Program Executive Office Missiles and Space, intends to award a contract on a sole source basis in accordance with 10 U.S.C. 2304 (a)(1) and FAR 6.302-1 (a)(2)(iii)(A) & (B). This contract will be awarded to Lockheed Martin Missiles and Fire Control (LMMFC), 1701 W Marshall Dr., Grand Prairie, TX 75051, Cage Code: 64059. LMMFC is the only source having the experience, expertise, and capability necessary to accomplish this effort. LMMFC's experience and technical expertise has been gained over 30 plus years as the prime contractor responsible for the research, development, and production of the High Mobility Artillery Rocket System (HIMARS) Launcher Loader Module (LLM) and HIMARS/M270A1 Fire Control Systems (FCS). This requirement is for the continuation of a Performance Based Logistics (PBL) Life Cycle Launcher Support (LCLS) contract to provide Field Service Representatives (FSRs), depot level repair, and program level management in support of the High Mobility Artillery Rocket System (HIMARS) Launcher Loader Module (LLM) and Multiple Launch Rocket Systems (MLRS) Fire Control System (FCS) for the U.S. Army, Marine Corps, and Navy. The acquisition consists of performance based requirements to maintain operational capability of the HIMARS LLM and HIMARS/MLRS FCS to include material management, distribution, technical data management, maintenance/repair, spares procurement for repair programs, total assets visibility, cataloging, engineering support, repair parts management, failure reporting and analysis, and configuration management. This requirement is for a Performance Based Logistics (PBL) Contractor Logistics Support (CLS) contract for a period of 60 months, beginning in January 2023. This is not a request for competitive proposals. No contract will be awarded on the basis of offers received in response to this notice. Any questions regarding this notice shall be submitted in writing by e-mail to the Contracting Officer, Scott E. Leach, scott.e.leach.civ@army.mil and Contracting Specialist, robert.l.johnson4.civ@army.mil. Verbal questions WILL NOT be accepted. The Government does not guarantee that questions received after 25 October 2022 will be answered.

Background
The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Strategic and Operational Rockets and Missiles (STORM) Project Office, Program Executive Office Missiles and Space, intends to award a contract on a sole source basis in accordance with 10 U.S.C. 2304 (a)(1) and 6.302-1 (a)(2)(iii)(A) & (B). This contract will be awarded to Lockheed Martin Missiles and Fire Control (LMMFC), 1701 W Marshall Dr., Grand Prairie, TX 75051, Cage Code: 64059. LMMFC is the only source having the experience, expertise, and capability necessary to accomplish this effort. LMMFC's experience and technical expertise has been gained over 30 plus years as the prime contractor responsible for the research, development, and production of the High Mobility Artillery Rocket System (HIMARS) Launcher Loader Module (LLM) and HIMARS/M270A1 Fire Control Systems (FCS).

Work Details
This requirement is for the continuation of a Performance Based Logistics (PBL) Life Cycle Launcher Support (LCLS) contract to provide Field Service Representatives (FSRs), depot level repair, and program level management in support of the High Mobility Artillery Rocket System (HIMARS) Launcher Loader Module (LLM) and Multiple Launch Rocket Systems (MLRS) Fire Control System (FCS) for the U.S. Army, Marine Corps, and Navy. The acquisition consists of performance based requirements to maintain operational capability of the HIMARS LLM and HIMARS/MLRS FCS to include material management, distribution, technical data management, maintenance/repair, spares procurement for repair programs, total assets visibility, cataloging, engineering support, repair parts management, failure reporting and analysis, and configuration management.

Period of Performance
This requirement is for a Performance Based Logistics (PBL) Contractor Logistics Support (CLS) contract for a period of 60 months, beginning in January 2023.

Place of Performance
Army Contracting Command - Redstone ATTN: CCAM-PF-B, BLDG. 112 Hankins Road Redstone Arsenal, AL 35898

Overview

Response Deadline
Oct. 25, 2022, 5:00 p.m. EDT Past Due
Posted
Oct. 11, 2022, 11:59 a.m. EDT
Set Aside
8(a) Sole Source (8AN)
Place of Performance
Redstone Arsenal, AL 35898 USA
Source
SAM

Current SBA Size Standard
$20 Million
Pricing
Likely Fixed Price
Odds of Award
63%
Signs of Shaping
78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 10/11/22 ACC Redstone issued Presolicitation W31P4Q-22-R-0008 for Life Cycle Launcher Support (LCLS) V due 10/25/22. The opportunity was issued with a 8(a) Sole Source (8AN) set aside with NAICS 541614 (SBA Size Standard $20 Million) and PSC J014.
Primary Contact
Name
Scott E. Leach   Profile
Phone
(256) 842-7212

Secondary Contact

Name
Robert L. Johnson   Profile
Phone
(256) 842-4981

Documents

Posted documents for Presolicitation W31P4Q-22-R-0008

Question & Answer

Contract Awards

Prime contracts awarded through Presolicitation W31P4Q-22-R-0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W31P4Q-22-R-0008

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W31P4Q-22-R-0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W31P4Q
Source Organization Code
500038573
Last Updated
Oct. 11, 2022
Last Updated By
scott.e.leach.civ@army.mil
Archive Date
Oct. 11, 2022