United States - Performance Oriented Packaging (POP) Boxes Guided Multiple Launch Rocket System (GMLRS) and Low-Cost Reduced Range Practice Rocket (LCRRPR)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 May 2024
Opportunity publication date
29 April 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

This acquisition will be competitively award Firm-Fixed-Price (FFP) contract to each and all qualifying offeror base on a set aside for a Small Business for Service Disable Veteran Owned Small Business (SDVOSB) and will be awarded Lowest Price Technically Acceptable (LPTA).  The US Government is seeking sources to manufacture two configurations of Performance Oriented Packaging (POP) Boxes. The first configuration will be used as storage/shipping containers for the Guided Multiple Launch Rocket System (GMLRS) and Low-Cost Reduced Range Practice Rocket (LCRRPR) warheads, rocket motors, and residual components (i.e. fin restraints, igniters, and fuses) and the second configuration will be used to package and ship the LCRRPR igniter component.  A POP Box Qualification Test Plan for each POP Box configuration, POP Box Test Report for each POP Box configuration, and Quality Program Plan (QPP) will be required deliverables. A First Article Inspection (FAI) and Production Line Validation (PLV) with US Government participation will be required at production start-up for each POP Box configuration. This procurement will have an maximum quantity total of 6,004 POP Boxes over a one-year period. A quantity of 5,983 boxes in accordance with (IAW) Drawing 13640074 and 21 boxes IAW with Drawing 13081109.
Delivery schedule:  The U.S. Government anticipates weekly deliveries of POP Boxes with a maximum of 288 boxes per week in accordance with Drawing 13640074 and Drawing 13081109.
Delivery location:  The U.S. Government anticipates POP Box deliveries to the following location:
15604 W. AR 274 HWY
Camden, AR  71701-5042
LETTERKENNY MUNITIONS CTR
The Government will provide the POP Box drawings and a Statement of Work detailing the requirements herein. Interested firms who believe they are capable of providing this requirement are invited to indicate their interest by providing:

Company name, company address, overnight delivery address (if different from mailing address), Commercial and Government Entity (CAGE) Code, point of contact, e-mail address, and telephone number
Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc.)
Affirmation of cleared personnel
Tailored capability statement addressing the particulars of this effort; and provide a description of similar services offered to the US Government and/or to commercial customers for the past three years
Max monthly production capacity/quantities of POP Boxes
Ability to obtain and maintain a POP Box certification in accordance with guidelines set forth in Title 49 Code of Federal Regulations (CFR) and the American Society for Testing and Materials (ASTM) D4919, Testing of Hazardous Materials Packaging
Ability to establish a quality management system in compliance to International Organization for Standardization (ISO) certification AS9100
Production quantities at which there would be a price break
Time required after receipt of a delivery order before a FAI and PLV could be conducted
Time required after receipt of a delivery order at max monthly production capacity for first delivery to be completed
Describe your companies experience managing a team of subcontractors.  Briefly discuss previous teaming arrangements on your most challenging tasks that provides sufficient detail for the Government to understand the scope and complexity of the accomplished tasks.  Please quantify the magnitude of the effort, for example: number of full time equivalents of the prime, total ceiling price, current obligation amount, and the number of subcontractors and their respective business size.
Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, (Class Deviation 2019-O0003, Revision 2 (dated 5/3/19)) the small business prime and their similarly situated subcontractors must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s intent to perform as the prime contractor and/or partner with similarly situated subcontracts to perform at least 50% of the tasking described in this draft SOW.  In your response, please annotate the SOW paragraphs the prime and similarly situated subcontractors will perform. Do you or your planned subcontractors anticipate any conflicts of interest that would require mitigation prior to award?

All responses shall be unclassified.
All assumptions, including any assumed US Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked.
The closing date for this RFP is 24 May 2024.
The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to:
Monty Teasley
Contracting Officer
monty.d.teasley.civ@army.mil
U.S. Army Contracting Command
CCAM-PFA

Scott Killingsworth
Contract Specialist
scott.w.killingsworth.civ@army.mil
U.S. Army Contracting Command
CCAM-PFA
Place of Contract Office Performance:

Army Contracting Command (ACC) - Redstone (RSA)
BLDG 111 (1st Floor)
Hankins Rd.
Redstone Arsenal, Alabama 35898
United States

Opportunity closing date
24 May 2024
Value of contract
to be confirmed

About the buyer

Address
W6QK ACC-RSA UNITED STATES
Contact
monty.d.teasley.civ@army.mil

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?