The United States Government (USG) issues this Sources Sought to identify interested sources with the technical and financial capabilities of nonprofit institutions and to perform Army Futures Command (AFC), US Army Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center (AvMC), Manufacturing and Electronics Technology (MET) Division requirements as outlined below. The applicable North American Industry Classification System (NAICS) code for this potential requirement will be 541330 Engineering Services.
There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any costs expended by any parties interested in responding to this notice. The information provided may change and in no way binds the Government to solicit or to award a contract. This is a Sources Sought notice only and is not a Request for Proposal (RFP). All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the USG. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
The purpose of this notice is to conduct market research to determine if capable, interested sources exist that can perform Advanced manufacturing technology requirements intended to improve the Department of Defense (DoD) Organic Industrial Base (OIB) through analysis, development, and implementation by way of innovative Advanced manufacturing, process/product enhancements and workforce development. The response submissions will also be used to assist in determining if this requirement can be competed among participants in the Non-profit, Not for Profit, or as a small-business set-aside. Some CONUS and OCONUS travel may be required. No award is intended as a result of this notice nor does the Government intend to pay for information received. Responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.
Background: For information purposes only. AFC DEVCOM AvMC MET anticipates a requirement for a contract to provide development, demonstration and integration of advanced manufacturing prototype items and techniques to improve Warfighter readiness through increased availability and performance of both the operational and human systems on behalf of the DoD Military Agencies and the DoD OIB.
Current Contract: These requirements are currently supported by the National Center for Defense Manufacturing and Machining (NCDMM), under Indefinite Delivery Indefinite Quantity (IDIQ) Contract W31P4Q-21-D-0026, with a ceiling of $246,149,573.41 and a five-year period of performance. Caveat: Prospective offerors are cautioned that historical workloads are not a guarantee of future requirements.
($246 Million is not guaranteed as the minimum. The guaranteed minimum, if a contract is issued, will be the first task order.)
AFC DEVCOM AvMC MET requires the offeror to currently possess the ability to conduct DoD weapon system manufacturing assessments and manufacturing process analysis to identify solutions to develop, improve, prototype, demonstrate, implement, and train the manufacturing solutions generated.
This potential requirement will be a follow-on to the contract currently being performed by a nonprofit contractor.
Desired Response: The USG invites interested entities possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement to respond to the sources sought announcement via an electronic submission of an executive summary.
Microsoft Word (docx) and/or Adobe (pdf) files are required. The USG requests interested entities to answer and respond to the following questions and requests in addition to their executive summary. In both the executive summary and the responses to the questions below, entities shall mark submissions that include any company proprietary information accordingly.
1. Please provide your entity name, address, point of contact with corresponding phone number, e-mail address, Commercial and Government Entity (CAGE) code, and small business size under NAICS code 541330.
2. Provide a summary of your approach to meeting the stated requirement, along with projected team members and their roles.
3. Provide relevant corporate experience references. You may cite company and related web addresses as additional sources of information. Address experience with: Aviation and Missile system prototyping, Enhanced or improved manufacturing process development, Advanced composite material analysis and testing, and Advanced Manufacturing topics curriculum generation and teaching. Address experience in dealing with major defense Original Equipment Manufacturers (OEMs). Address your experience handling surge requirements. Relevant corporate experience information should identify the applicable contract number; the total contract dollar amount; the contract period of performance; a brief description of the requirements performed; and customer point of contact with corresponding telephone number and e-mail address.
4. Do you currently provide comprehensive program management, research and development, engineering, fabrication, subsystem and system integration, qualification testing, and manufacture of advanced manufacturing solutions for DoD hardware as described in this Sources Sought document? If so, what types of systems do you support?
5. Describe your experience in workforce development and training. Specify whether your work was as the prime contractor or as a subcontractor.
6. Do you have a Government-approved accounting system?
7. What experience does your company have with managing Government property?
8. Provide any of your other recommendations, comments, or questions about this potential acquisition.
Place of Contract Performance: Contractor’s Facility
If the USG issues a solicitation, it will publish the solicitation and all required notices electronically on the System for Award Management website (SAM.gov) and it will be the responsibility of the parties interested to regularly check SAM.gov for updates. Interested parties should submit white papers not to exceed 15 pages and no smaller than 12 pt Arial font.
All questions must reference Sources Sought number W31P4Q-25-R-0088 and be submitted in writing no later than 3:00 PM Central Standard Time (CST) on 28 July 2025 to the contractual point of contact Ms. Tammy Benson at tammy.j.benson.civ@army.mil. Telephone requests for additional information will not be honored. Question submittals must also include Company name, CAGE code, and appropriate point of contact information.
All responses, to include an executive summary, responses to the questions in the notice, and any web-based links to company or descriptive literature, must be submitted to the contractual point of contact, Ms. Tammy Benson at tammy.j.benson.civ@army.mil no later than 3:00 PM CST on 15 August 2025. The Government requests that the respondents deliver one electronic copy in Microsoft Word or Adobe PDF format. In addition to the information provided above, all responses to this notice must include Sources Sought number W31P4Q-25-R-0088, company name, CAGE code, and point of contact information. Acknowledgement of receipt will only be issued if a return receipt is requested with submission. Please do not submit any classified information. All information submitted shall be adequately safeguarded from unauthorized disclosure in accordance with Federal Acquisition Regulation (FAR) Part 15.207. The Government reserves the right to request further clarification or request presentations to enhance the Government's understanding of the respondent's submittal. Responses that fail to comply with the above instructions or present ideas that are not pertinent to the subject may not be reviewed. This request is for information purposes only. This notice does not constitute a commitment by the USG to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. No award is intended as a result of this notice. Information submitted in response to this notice is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure.