Arizona Bids > Bid Detail

Low Rate Initial Production (LRIP) I and LRIP II and Full Rate Production (FRP) of the Javelin Weapon System, Lightweight Command Launch Units (LW CLUs) for Fiscal Year (FY) 2023 – 2026

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159705256292092
Posted Date: May 2, 2023
Due Date: May 15, 2023
Solicitation No: 2023LWCLU
Source: https://sam.gov/opp/24733908cd...
Follow
Low Rate Initial Production (LRIP) I and LRIP II and Full Rate Production (FRP) of the Javelin Weapon System, Lightweight Command Launch Units (LW CLUs) for Fiscal Year (FY) 2023 – 2026
Active
Contract Opportunity
Notice ID
2023LWCLU
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4521 HQ ACC A7K
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 01, 2023 06:56 pm CDT
  • Original Response Date: May 15, 2023 07:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1427 - GUIDED MISSILE SUBSYSTEMS
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Tucson , AZ 85706
    USA
Description

This is a Pre-Solicitation Synopsis. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is issuing this notice to announce the intent to solicit and negotiate with Raytheon/Lockheed Martin Javelin Joint Venture (JJV), covered by sole source justification as authorized pursuant to FAR 6.302-1, for Low Rate Initial Production (LRIP) I and LRIP II and Full Rate Production (FRP) of the Javelin Weapon System, Lightweight Command Launch Units (LW CLUs) for Fiscal Year (FY) 2023 – 2026 requirements on contract W31P4Q-19-C-0076 and solicitation W31P4Q-23-R-0046.



Javelin LW CLU is an Army modernization effort that addresses Soldier feedback on current CLU weight and bulk, and will reduce Soldier burden by providing a minimum of 25 percent reduction in weight and 30 percent reduction in size. Additionally, LW CLU will increase the Javelin system effective range from 2.5 kilometers (km) to 4km with the current Block 1 E and F model missiles, and out to 4.5km with the new G model missile. The LW CLU will have a cooled, mid-wave camera with improved optics that will increase detection, recognition, and identification range by 2X with the night camera and by 3X with the day camera. An improved gunner interface will improve engagement time, and the LW CLU will include embedded training.



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 or not to permit competitive proposals for this requirement based on the responses received to this notice. The procedures in FAR Part 12 will not be used 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, relevant to the requirements stated in this notice as follows:




  1. LRIP Phase I – contract W31P4Q-19-C-0076

    1. Procure an additional quantity of 200 LWCLU.



  2. LRIP Phase II – contract W31P4Q-19-C-0076

    1. Procure an additional quantity of 750 LWCLU.

    2. Retrofit Line Shutdown

      1. The contractor shall create a shutdown plan and provide it to the Government for approval.

      2. The Shutdown plan should include details on the steps and processes required to effectively shut down the production line.

      3. The shutdown plan should focus on the activities required to properly close out:

        1. Government Furnished Property

        2. Literature Storage

        3. Document Review

        4. Outstanding Projects












  1. FY23-26 Production – W31P4Q-23-R-0046

    1. Procure quantities of LWCLU as follows:

      1. FY24 – 450







Submissions should be sent to Roland Carter via email to roland.j.carter2.civ@army.mil no later than 7:00 pm CST on 15 May 2023. 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.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISTIONS 130 DOUGLAS ST STE 210
  • LANGLEY AFB , VA 23665-2704
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 01, 2023 06:56 pm CDTSources 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.

Start Free Trial Today >