Javelin Life Cycle Contractor Support (LCCS) 6 Month Option
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159668573251619 |
Posted Date: | Nov 15, 2023 |
Due Date: | Nov 29, 2023 |
Source: | https://sam.gov/opp/a0de467a1b... |
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).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Nov 14, 2023 04:48 pm CST
- Original Response Date: Nov 29, 2023 06:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Dec 14, 2023
-
Initiative:
- None
- Original Set Aside: 8(a) Sole Source (FAR 19.8)
- Product Service Code: 1420 - GUIDED MISSILE COMPONENTS
-
NAICS Code:
- 336414 - Guided Missile and Space Vehicle Manufacturing
-
Place of Performance:
Tucson , AZ 85756USA
This is a Sources Sought notice in suport of Javelin Life Cycle Contractor Support (LCCS).
The U.S. Army Contracting Command, located at Redstone Arsenal, Alabama, is issuing this notice to announce the intent to solicit and negotiate with Raytheon/Lockheed Martin Javelin Joint Venture (JJV) for continued Javelin Life Cycle Contractor Support. This acqusition is covered by a sole source justification as authorized pursuant to FAR 6.302-1. The current Javelin LCCS contract provides Life Cycle Contractor Support LCCS for Fiscal Years 2019 through FY 2024. Market research is hereby conducted in an attempt to identify alternate qualified vendors prior to exercising a six-month extension for continued LCCS services in accordance with FAR 52.217-8. The 6-month extension/option will be exercised in February 2024 with a period of performance (PoP) February 29, 2024 to August 30, 2024.
The planned acquisition will provide an additional 6 months of continued Life Cycle Contractor Support (LCCS) for repair and maintenance support, to include hardware, software, supply support, personnel, materials, facilities, and equipment. The contractor will be responsible for the total life cycle support required to maintain operational readiness for the JWS during peacetime and war. This action will also provide support and options to include the refurbishment and rework of the Command Launce Units (CLUs) and additional repairs for CLUs and training devices (including component shipping, packaging, and transportation for all fielded hardware).
This notice is not a request for competitive proposals. All responsible sources may submit a capability statement that shall be considered by the agency. Interested sources must respond in writing with clear and convincing evidence to support their ability to provide the required supplies/services by the response date listed in this posting. The Government has the sole discretion as to whether to permit competitive proposals for this requirement based on the responses received to this notice. The procedures in FAR Part 12 is NOT anticipated for this requirement.
No later than 15 days from the date of issuance, interested sources should provide a Statement of Capability, which includes information on company background and past performance. The contractor shall provide peacetime and wartime worldwide LCCS with the contractor’s Javelin Joint Venture (JJV) operated support facilities, for sustainment of the following Javelin hardware that has been accepted into the fleet by the United States Government (USG) and Foreign Military Sale (FMS) customers:
1. Command Launch Units (CLUs)
2. CLU Maintenance Trainers
3. Field Tactical Trainer Students Stations (FTT-SS)
4. Field Tactical Trainer Instructor Stations (FTT-IS)
5. Javelin Weapon Effects Simulator (JAVWES)
6. System Containers (Limited External Repairs)
7. Memory Loader Verifiers (MLVs)
8. CLU Secondary Depot Repairable (SDRs)/Shop Repairable Units (SRUs)
9. Spare parts, repair parts, piece parts and consumables for this hardware
Submissions should be sent via email to treka.l.house.civ@army.mil. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to company name} will not be disclosed outside of the Department of Defense. No telephone inquiries will be accepted. The documentation provided will not be returned. This is not a Solicitation and does not obligate the Government to issue a Solicitation.
The NAICS code related to this action is 336414 – Guided Missile and Space Vehicle Manufacturing.
In lieu of the Contracting office listed below, the correct contracting office is as follows:
Contracting Office Address
DEPARTMENT OF THE ARMY
U.S. ARMY CONTRACTING COMMAND
BUILDING 5303 MARTIN ROAD
REDSTONE ARSENAL, ALABAMA 35898-5000
- BLDG 4004 CP 405 734 7645 4004 HILLTOP RD
- TINKER AFB , OK 73145-2713
- USA
- Roland Carter
- roland.j.carter2.civ@army.mil
- Treka House
- treka.l.house.civ@army.mil
- Nov 14, 2023 04:48 pm CSTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.