Mid Range Capabilities (MRC) Production
ID: W31P4Q24R0038Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

LAUNCHERS, GUIDED MISSILE (1440)
Timeline
  1. 1
    Posted Mar 26, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2024, 12:00 AM UTC
  3. 3
    Due Apr 16, 2024, 9:30 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.

Files
Title
Posted
Dec 16, 2024, 1:04 PM UTC
The government file pertains to Solicitation Number W31P4Q-24-R-0038, which addresses a sole-source acquisition for the MRC Weapon System, permitted under Title 10 U.S.C. 3204(a)(1). Lockheed Martin Commercial RMS (LMC RMS) is identified as the only responsible source capable of producing and modifying necessary systems, such as the AEGIS Weapon System and the MK-41 Vertical Launching System, crucial for the Army’s needs. The lack of comprehensive technical data packages prevents competitive procurement efforts, with LMC RMS already demonstrating capabilities that allowed prior prototypes to be deployed quickly. The document highlights the substantial non-recurring costs associated with awarding the contract to any other source, which could result in significant delays and unsatisfactory fielding dates. Additionally, an unsuccessful Sources Sought Notice was issued to explore competitive options, confirming that no other vendors could meet the Army's timeline. The Army plans to reconsider competition prospects for future procurement efforts but acknowledges LMC RMS's unique position to fulfill immediate requirements effectively. Overall, the document outlines the justification for excluding full and open competition for this critical defense project.
Lifecycle
Title
Type
Presolicitation
Sources Sought
Similar Opportunities
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various spares related to the Multiple Launch Rocket System (MLRS) under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes specific terms for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure the timely delivery of high-quality defense-related components, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by June 5, 2025, and can direct inquiries to primary contact Mari Bretz at hecmari.bretz@dla.mil or secondary contact Becky Brady at becky.brady@dla.mil.
M299 Longbow Hellfire - Sole Source to Lockheed Martin
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
SPRRA224R0088 MLRS SPARES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
Medium Range Ballistic Missile (MRBM) Type 1/Type 2 (T1/T2) Integrated Logistics Support and Project Management Support Combined Sources Sought/Notice of Intent to Sole Source
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense is conducting market research for Integrated Logistics Support (ILS) and Project Management Support (PMO) for the Medium Range Ballistic Missile Type 1/Type 2 (MRBM T1/T2) target vehicles. The MDA seeks alternate sources capable of providing these services to support the Missile Defense System test program through December 31, 2029, as the current contractor, Aerojet Rocketdyne Coleman Aerospace Inc. (ARCA), is expected to be the sole source if no other capable vendors are identified. This procurement is critical for ensuring the successful development, integration, and launch of MRBM targets, with responses due by May 7, 2025, at 3:00 PM Central Time. Interested parties should direct their inquiries and submissions to Anita B. Stanford at anita.stanford@mda.mil or call 256-450-2262.
XM913 Logistics Products
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Detroit Arsenal, is soliciting proposals for a sole-source contract to procure Logistics Products related to the XM913, a 50mm automatic gun system. The primary objective of this procurement is to develop and deliver an authenticated Interactive Electronic Technical Manual (IETM) to facilitate the integration of the XM913 into the XM30 Combat Vehicle, with Northrop Grumman Corporation identified as the sole source capable of fulfilling this requirement. Interested parties are encouraged to submit capability statements or proposals by 3:00 PM EDT on May 15, 2025, through the System for Award Management (SAM) website, and may direct unclassified inquiries to the designated email address for clarification.
Microwave Radio Test Sets (MRTS) Sole Source Procurement
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is initiating a sole-source procurement for Microwave Radio Test Sets (MRTS) to support testing of existing and future tactical Satellite Communications systems. The MRTS will be utilized for real-time fault isolation testing of Radio Frequency transmit and receive paths, and it is essential that these units are calibrated biannually or as needed. Keysight Technologies is identified as the sole provider of the MRTS due to its proprietary N9915A FieldFox system, which meets the specific operational requirements of the Marine Corps. The planned contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with a Firm Fixed Price (FFP) structure, covering a base year and three additional one-year ordering periods, with the anticipated solicitation release in April 2025. Interested vendors may contact Contract Specialist Mark Denhup at mark.denhup2@usmc.mil for further information.
M-Code LRIP
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a modification to contract N0001919C0083 for the procurement of AGR5 parts and assemblies, as well as related services for the Tomahawk Land Attack Missile system. This procurement includes the disassembly of AGR4 units, assembly and testing of AGR5 units, modifications to Automated Test Equipment, and acceptance testing, all crucial for supporting the Low Rate Initial Production (LRIP) of the AGR5 system. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and expertise. Interested parties may submit responses for consideration, and inquiries can be directed to Zacerry Herbert or Diana K. Harritt via their provided email addresses.
M72-series Light Assault Weapon (LAW) Sources Sought Notice
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command New Jersey, is conducting market research through a Sources Sought Notice to identify potential sources for the M72-series Light Assault Weapon (LAW) and its variants. The procurement aims to support the Army and Marine Corps ammunition stockpile requirements, including various models of the M72 LAW and associated training systems, with a projected contract period of five years resulting in a Firm Fixed Price Indefinite Delivery/Indefinite Quantity contract. The M72-series is a critical lightweight, man-portable weapon system designed for use against light armored targets, highlighting its importance in military operations. Interested businesses must submit their capabilities statements by 10:00 AM EDT on May 5, 2025, to the primary contact, Rodolphe Primeau, at rodolphe.a.primeau.civ@army.mil, as part of the market research process.
M72-series Light Assault Weapon (LAW) Production
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command New Jersey, is conducting market research to identify potential sources for the production of the M72-series Light Assault Weapon (LAW) and its variants. This procurement aims to support the Army and Marine Corps ammunition stockpile requirements, including various models of the M72 LAW and associated training systems, with a projected contract period of five years resulting in a Firm Fixed Price Indefinite Delivery/Indefinite Quantity contract. The M72-series is a critical lightweight, man-portable weapon system designed for use against light armored targets in various operational environments. Interested businesses must submit their capabilities statements by 10:00 AM EDT on April 28, 2025, to Rodolphe Primeau at rodolphe.a.primeau.civ@army.mil, as this sources sought notice is for informational purposes only and does not constitute a solicitation.
SPRRA225R0020 PATRIOT SPARES - LOCKHEED MARTIN SOLE SOURCE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source supply contract with Lockheed Martin for the procurement of circuit card assemblies critical to the Patriot Missile Systems. This contract will operate under a firm fixed-price model, requiring compliance with specified quality standards, export control regulations, and unique item identification for traceability. The solicitation emphasizes the importance of maintaining operational readiness and high safety standards for defense components, with stringent testing and reporting protocols outlined for the contractor. Interested parties can reach out to Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding this opportunity.