The U.S. Army Contracting Command - Redstone Arsenal issues this sources sought notice in accordance with Federal Acquisition Regulation (FAR) Part 10, specifically 10.001(a)(2)(v), and Department of Defense Federal Acquisition Regulation Supplement Procedures, Guidance, and Information (DFARS PGI) 206.302-1(d).
The U.S. Army has a requirement for continued development of the Modular Effect Launcher (MEL) system. This RFI intends to gather data on U.S. companies to provide the Phase III portion of the MEL program without access a technical data package (TDP). The Phase III effort will complete the design, development, testing and demonstration of the MEL prototype.
The Government does not possess and cannot furnish the technical data required to develop engineering descriptions, technical data packages, or specifications necessary to permit full and open competition since the MEL is still in development with the original designer.
Interested persons may identify their interest and capability to respond to the requirement. Any interested source must address how it will meet the system capabilities without substantial duplication of cost and schedule. The Government will consider all capabilities statements received within the closing date set in this sources sought.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Responses to this Notice will be used to validate the intended acquisition strategy of modifying an existing contract with Fulcrum Concepts LLC, 1776 Patriot Point, Mattaponi, VA 23110 under the authority of FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements because of substantial duplication of cost and schedule to the Government that is not expected to be recovered through competition.
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE 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. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”
REQUIRED COMPANY CAPABILITIES
Respondents shall be able to provide/obtain the following prototyping capabilities with established experience in manufacturing of aircraft parts and structural components successfully achieving aircraft integration and airworthiness approval:
· Ability to design, develop, perform analysis, modeling, simulation, prototype research, rapid prototyping and technology insertion, air platform system/subsystem integration, aircraft modification, testing, and calibration to field retrofits and sustainment support.
· Ability to design, fabricate and repair cable harnesses.
· Able to perform engineering – mechanical and electrical design, perform structural and electrical analysis, specifically focused on aviation platforms and associated systems (weapons, sensors, antennas, launchers, mounts, etc.)
· AS9100 / ISO 9001 certified engineering and prototyping facilities.
· Ability to generate documentation with the objective of obtaining airworthiness certification leading to issuance of an Army Aviation Airworthiness Release (AWR) approval.
· Ability to perform CAD/CAM Design / 3D Modeling / Finite Element Modeling / Drafting Support / SysML modeling
· Demonstrate a working knowledge of DoD Critical Safety Item (CSI) program and the Army Aviation AWR process is required. A documented process to meet airworthiness substantiation requirements is also required.
· Ability to maintain a configuration management system capable to support management, handle data storage, and maintain configuration control of design data, engineering changes, and all associated documentation.
· Ability to perform design conceptualization and re-design, hardware and software engineering, perform analysis, trouble shoot subsystems, perform quality assurance support, and prepare integrated logistic support for low density systems, subsystems and test-beds. This support will also include a full spectrum of engineering and manufacturing capability to re-engineer, produce and support the management of conceptual production systems/subsystems or components.
· Demonstrate adequate material purchasing system.
· Perform ground and flight Test and Evaluation support to include instrumentation, data acquisition and analysis, and report generation leading to system qualification.
· Ability to generate user-level instructions and training documentation for prototype or low density items.
· Access to, and hanger facilities at, an airfield supporting both rotary and medium sized cargo fixed wing aircraft is desirable.
REQUIRED SYSTEM CAPABILITIES
The goal of the MEL is to provide the carriage, servicing, separation of, command and emergency jettison of expendable and non-expendable rail-launched and tube-launched stores on a modular platform, capable of multi-platform use.
RESPONSE GUIDELINES:
Interested sources with applicable technical expertise, manufacturing facilities, and experience shall submit the following:
· 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization, including small business category (small business, woman-owned small business, Small Business Administration 8(a)program, HUBZone Program, service-disabled veteran-owned small business, or small disadvantaged business concern; and
· 2) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.
o a.) What type of work has your company performed in the past in support of the same or similar requirement? Include any history of weapon systems integration on rotary and/or fixed wing aircraft?
o b.) Can or has your company managed a task or manufacturing effort of this nature? If so, please provide details.
o c.) Can or has your company managed a team of subcontractors before? If so, provide details. If significant subcontracting or teaming is anticipated in order to deliver technical capability, address the administrative and management structure of such arrangements.
o d.) What specific technical skills does your company possess which ensure capability to perform the tasks?
o e.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance.
o f.) Include in your response your ability to meet the requirements in the Special Requirements.
SPECIAL REQUIREMENTS:
· Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have Secret Facility Clearance.
· Have a Type 10 Federal firearms license in a timely manner.
· Demonstrate familiarity with Army airworthiness program to include ability to generate ASD packages.
· Demonstrate familiarity with current and future aviation weapon systems.
ELIGIBILITY
The applicable NAICS code for this requirement is 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing with a Small Business Size Standard of 1250. The Product Service Code is 1560. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
All interested, capable, and responsible sources that wish to respond to this Sources Sought notice shall respond with a Capabilities Statement addressing the above not later than response date/time. Responses must be submitted through the DoD Safe Access File Exchange at https://safe.apps.mil/. Submissions through SAFE site require an email at least three business days prior to the due date with subject “Drop-off Request Modular Effects Launchers” to the Government POC and a submission link will be provided.
Please limit responses to no more than 10 pages, not including preprinted product data sheets or marketing materials in either Microsoft Word or Portable Document Format (PDF.). All responses must be UNCLASSIFIED.
All questions must be submitted via e-mail, with “Sources Sought - Modular Effects Launchers” in the subject, to the points of contact (POC) identified in this notice.