The Integrated Fires Mission Command (IFMC) Program Office is issuing an announcement for award of a two (2) year task order under the Defense Logistics Agency’s (DLA) Corporate Indefinite Delivery, Indefinite Quantity contract (SPRBL1-25-D-0006).
The requirement is for Technical Assistance to the PATRIOT Missile System for the Kingdom of Bahrain.
Any offeror’s in-country technical assistance shall include New Equipment Training (NET), operational support and maintenance of Phased Array Tracking Radar to Intercept on Target (PATRIOT) missile system Major End Items (MEIs) and associated communications equipment; system maintenance advisory support, mentoring, and demonstration of methods, training advisory support at the tactical sites, and NET locations, system contact team support, and training devices. This effort shall include the technical assistance advisor for the Reconfigurable Tabletop Trainer (RT3) hardware installation and training. The contractor shall also provide maintenance management and training in country for their PATRIOT Missile System at Fire Unit (FU) tactical sites.
This requirement may also require the contractor to be able to provide technical assistance and engineering services support for the following areas in support of PATRIOT:
- Hardware and software
- Inspection
- Logistics support
- Program management
- Configuration management
- Verification of system performance
- Hazardous material management
- Obsolescence management
- Safety
- Interim contractor support
- Non-recurring engineering effort
- System integration and check-out/confirmation support
- New equipment training
- Flight test support
- Technical documentation
The USG plans to award this effort without schematics, instructions, trademarks or patents, proprietary information or a TDP, and the offeror is expected to be able to fulfill requirements without the Government providing these items.
Once awarded, the IFMC program office will manage this effort.
Responsible sources may identify their interest and provide capability statements to Government to establish their ability to satisfy customer requirements.
Currently, the following is the only known source for these services:
Raytheon Company
Cage Code: 05716
350 Lowell St
Andover, MA, 01810-4400
This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This sources sought notice is being issued to accomplish market research and support planning for the requirements listed below. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
The Government has not authorized, appropriated or received any funding for the supplies and services described herein. The Government may use the information provided in developing its acquisition strategy. Interested parties are responsible for appropriately marking any proprietary, restricted or competitive information contained in any response.
Please note that this is not a Request for Proposal (RFP). This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government.
Responses to this Sources Sought Notice can be submitted to Robert Hoffmann (robert.hoffmann@dla.mil) and Johnny Woods (johnny.woods@dla.mil).