Disclaimer: THIS REQUEST FOR INFORMATION (RFI) WILL BE USED AS A MARKET SURVEY AND IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS, NOR DOES IT CONSTITUTE AS A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION
SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
The Naval Air Systems Command (NAVAIR) is issuing this RFI as a means of conducting market research to identify prospective parties having an interest in and the resources to provide supplies or services for the Tomahawk Weapon Systems Program. As prescribed under Defense Federal Acquisition Regulation (DFARS), Policy Guidance Instruction (PGI) 206.302-1(d), this RFI will assist NAVAIR in developing an acquisition strategy for any potential future sourcing methods for supplies and services outlined in this document. This RFI is to assist in developing the acquisition strategy for the proposed future sole source acquisition for the Maritime Strike Tomahawk (MST) capacity increase effort to ensure continuity of production and to mitigate schedule risk to fleet delivery objectives. This effort will support increased production throughput of MST configured Tactical Tomahawk (TACTOM) All-Up-Round (AUR) missiles in response to emerging operational demand and approved production profiles, and will provide for production capacity enhancements, including but not limited to manufacturing process improvements, procurement of long-lead materials, tooling and facilities upgrades, workforce stabilization, and other production-enabling activities necessary to increase or sustain MST production rates. The scope of this effort is intended to reduce gaps in production, address supplier and industrial base constraints, and support timely execution of planned and future MST lot deliveries. The incumbent contractor is Raytheon Company, 1151 E Hermans Rd, Tucson AZ, 85756. The Government does not have a Level III Technical Data Package nor the manufacturing documentation for the Tactical Tomahawk AUR missile. The applicable NAICS code is 336414; anticipated PSC code is 1420.
Responses:
The Government is seeking information from prospective vendors that could potentially satisfy the above requirements. All responsible sources with the capabilities and facilities to meet the Government’s requirements and classification levels may provide information to indicate their intent and capability. The Government will consider all responses that address the requirements above.
Unclassified capability statements, no longer than five pages, should be submitted electronically to:
Nicholas Gilbert at Nicholas.a.gilbert6.civ@us.navy.mil.
Additional Information:
The RFI is an exchange of information between the Government and Industry aimed at understanding the existence of sources that can deliver supplies and services to support the Tomahawk Missile Systems program. Additional RFIs requesting further details may be issued in the future to continue the Government’s informational exchange with industry. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosures; however, it is incumbent upon the respondent to properly mark all submissions. In order to complete its review, NAVAIR must be able to share information within the Government and any responses marked in a manner that will not permit such internal Government review may be returned without being assessed/considered.
The data associated with the Tomahawk Missile Systems Program is export controlled and is not available to foreign sources or representatives.