PANRSA24P00000008146 – Sources Sought – PrSM FY 25-FY 27

May 2, 2024 | Sources Sought

W31P4Q-24-R-0014

Strategic and Operational Rockets and Missiles (STORM) Precision Strike Missile (PrSM)

INTRODUCTION

The Army Contracting Command – Redstone Arsenal is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Precision Strike Missile Increment 1 (PrSM Inc 1) follow-on production contract to support the STORM Project Office. The scope of the follow-on production contract will include production and delivery of approximately 634 PrSM rounds.

Lockheed Martin Corporation, 1701 W. Marshall Drive, Grand Prairie, Texas 75051, Commercial and Government Entity Code 64059, is the only source possessing the total system knowledge, expertise, and technical data necessary to maintain deliveries of the PrSM Increment I system to the warfighter. The PrSM engineering and manufacturing development (EMO) contract requires the contractor to provide a Level Ill Technical Data Package (TOP) of the full PrSM design. The PrSM Product Manager will ensure completeness of the TOP to enable future competitive opportunities and to support future trade off analysis, CONOPS development, training, and sustainment opportunities.

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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. 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.”

PROGRAM BACKGROUND

The PrSM follow-on production procurement will support the Army’s requirement for a deep fires field artillery missile system to engage targets beyond 400km. PrSM is an operational surface-to-surface missile capability which can strike critical and high value

targets at long range with increased lethality, accuracy, and survivability. PrSM doubles the magazine capacity of each launcher as it replaces the Army Tactical Missile System (ATACMS), extends range, provides greater velocity and responsiveness. This procurement will provide the munitions needed to meet the PrSM Initial Operational Capability (IOC) in FY26.

REQUIRED CAPABILITIES

If your organization has the potential capability to perform these contract services/supplies, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capability to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

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 or demonstrate ability to obtain a Secret Facility Clearance.

Berry Amendment

Information technology (e.g., Clinger-Cohen Act) and cybersecurity

Service Contract Act

Government furnished property plan.

ELIGIBILITY

The applicable North American Industry Classification System code for this requirement is 336414 with a Small Business Size Standard of 1,250 employees. The Product Service Code is 1440. 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)

interested parties are requested to submit a capabilities statement of no more than ten

(10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4 pm, CST, 15 April 2024. All responses under this sources SSN must be e-mailed to Contract Specialist Scott Killingsworth at [email protected] or Contracting Officer Monty Teasley at [email protected].

This documentation must address at a minimum the following items:

What type of work has your company performed in the past in support of the same or similar requirement?

Can or has your company managed a task of this nature? If so, please provide details.

Can or has your company managed a team of subcontractors before? If so, provide details.

What specific technical skills does your company possess which ensure capability to perform the tasks?

Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

The estimated period of performance consists of base award plus two options for continued production with performance commencing on/or about 3QFY25.

Your response to this sources sought, including any capabilities statement, shall be electronically submitted to the Contracting Specialist, Scott Killingsworth, or Contracting Officer Monty Teasley, in either Microsoft Word or Portable Document Format (PDF), via email at [email protected] or [email protected]

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government will not pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Controlled by: U.S. Army Controlled by: ACC-RSA

CUI Category: General Procurement and Acquisition Distribution/Limited Dissemination Control: FEDCON POC: Monty Teasley

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.