Search Contract Opportunities

Request for Information - Mobile-Long Range Precision Strike Missile (M-LRPSM)

ID: PANRSA-25-P-0000003383 • Type: Sources Sought

Description

Description:

This is a request for information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support this Directed Requirement for the Mobile-Long Range Precision Strike Missile (M-LRPSM). This is a follow-on RFI from the previous notice ID W31P4Q-24-R-0014 to address the refinement of requirements. The result of this market research will help further inform the acquisition strategy. The U.S. Government (USG) is seeking an immediate capability that is readily available to bridge a current gap/operational requirement. This capability must address the technical requirements outlined below. The current planned host vehicle for the capability will be an Organic IBCT vehicle.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (RFP). This RFI does not constitute a commitment by the U.S. Army to procure products or services. THE USG DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Submission of any information in response to this RFI is purely voluntary. Information submitted in response to this RFI is submitted at no cost to the USG 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. No later than (NLT) 30 calendar days from the date of issuance, interested businesses should provide a Statement of Capability that clearly articulates their proposed solution along with information on company background and past performance relevant to the requirements stated in this RFI. The USG will only consider submissions that address the full scope of work outlined below.

Requirements:

The defining technical requirements for the M-LRPSM are as follows in order of priority:

1) Must be effective against various targets to include: Tier-1 through Tier-3 Armor (stationary and in defilade), Troops, Field Fortifications, and Urban Structures

2) Must have a direct strike capability at a range of 25km or greater

3) Time to target should be less than 150 seconds to achieve 20 km and less than 300 seconds to achieve 25km

4) Must be hosted by an Organic IBCT vehicle.

5) Should have the ability to adjust missile flight, retarget, and abort

6) Must be survivable and resilient (Objective) in denied, degraded, intermittent, and limited-bandwidth (DDIL) environments, enabling the system to operate and protect itself against attacks on embedded network, cyberspace, electromagnetic spectrum (EMS), and position, navigation, and timing (PNT) capabilities

7) Should have multiple missile launch capability (2 or greater per vehicle)

8) Should be sustainable through existing Army logistics

9) Must be maintainable within existing IBCT

Performance information requested:

  • Concept of Operations and system overview including, but not limited to, size, weight, minimum and maximum range, power required, lethality, precision, time of flight to 25km, and number of missiles/launchers per vehicle.
  • Key performance characteristics of proposed solution that support the above requirements by Technology Readiness Level (TRL)
  • Details of any existing integration with IBCT vehicles
  • Manufacturing Readiness Level (MRL) and supporting information
  • Reloading concept to include required Materiel Handling Equipment.
  • Training concept
  • Maintenance and sustainment concept
  • Shelf life of munitions and support equipment
  • Historical test data or past performance data, if applicable.
  • Current max production capacity including surge capacity and headspace available.

Cost information requested:

  • Current pricing data on launchers, support equipment and munitions.
  • Cost to support capability demonstration. Government will provide test range. Please include all assumptions used to calculate cost estimate such as but NLT recommended duration, level of support required, and travel.
  • Cost estimate to achieve TRL of 7, if applicable. Please provide as much detail as possible to support cost estimate including but NLT labor, materials, subcontractor costs, other direct costs, and overhead rates.

Schedule information requested:

Procurement lead-time for available solutions to support a capability demonstration hosted* on the IBCT vehicle. Procurement lead-time for available production solutions from agreement award to delivery.

*Hosted definition equates to a semi-permanent solution. i.e. The vehicle shall be able to be returned to the standard configuration.

Submission Instructions:

Interested parties are hereby invited to submit a response to this RFI not later than the response date listed below. Submitted capabilities statement shall be no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. All responses under this RFI must be in either Microsoft Word or Portable Document Format (PDF) and submitted via email to the Contracting Officer and Contract Specialist listed below. All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside Department of Defense and supporting Government SETA contractors.

Responses must address at a minimum the following items:

  • Organization name, address, email address, web site address, telephone number, and CAGE code.
  • Point of contact including name, title, phone number, and email address.
  • Whether the business is currently classified as a Traditional or Non-Traditional Defense Contractor.
  • Anticipated Non-Traditional Defense Contractor participation.
  • Tailored capability statements addressing the requirements of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Responses should address cost, schedule and performance requests above. What type of work has your company performed in the past in support of the same or similar requirement?
  • Can or has your company managed a task of this nature? If so, please provide details.
  • What specific technical skills does your company possess which ensure capability to perform the requirements?
  • 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. Respondents to this RFI also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 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 RFI.

All questions must be sent to Andrea Dixon, Contracting Officer at andrea.s.dixon1.civ@army.mil and Lisa Ledbetter, Contract Specialist at lisa.r.ledbetter.civ@army.mil NLT 10 days from issuance of the RFI. Answers to all questions will be sent to all interested parties within 15 days from issuance of the RFI.

Due no later than 11:59 p.m. CST on 30 November 2024 and reference this notice ID in the 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.

Overview

Response Deadline
Dec. 1, 2024, 12:59 a.m. EST Past Due
Posted
Nov. 6, 2024, 4:25 p.m. EST
Set Aside
None
Place of Performance
Redstone Arsenal, AL 35898 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
39%
On 11/6/24 ACC Redstone issued Sources Sought PANRSA-25-P-0000003383 for Request for Information - Mobile-Long Range Precision Strike Missile (M-LRPSM) due 12/1/24. The opportunity was issued full & open with NAICS 336414 and PSC AC13.
Primary Contact
Name
Lisa Ledbetter   Profile
Phone
None

Secondary Contact

Name
Andrea S. Dixon   Profile
Phone
None

Documents

Posted documents for Sources Sought PANRSA-25-P-0000003383

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANRSA-25-P-0000003383

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANRSA-25-P-0000003383

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANRSA-25-P-0000003383

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
Dec. 15, 2024
Last Updated By
andrea.s.dixon1.civ@army.mil
Archive Date
Dec. 15, 2024