Joint Reduced Range Rocket
ID: PANRSA23P0000016158Type: Sources Sought
Overview

Buyer

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

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
  1. 1
    Posted Oct 24, 2023 6:29 PM
  2. 2
    Updated Dec 12, 2023 4:42 PM
  3. 3
    Due Dec 20, 2023 8:00 PM
Description

Sources Sought DEPT OF DEFENSE Joint Reduced Range Rocket: The Army Contracting Command - Redstone, on behalf of the Strategic and Operational Rockets and Missiles (STORM) Project Management Office (PMO), is seeking potential vendors for the development and production of a new Multiple Launch Rocket System (MLRS) Family of Munitions (MFOM) Joint Reduced Range Rocket (JR3). The JR3 will be a surface-to-surface, live fire, qualification rocket used for live fire training at varied ranges, in varied environmental conditions, and during any time of day or night. The JR3 must be suitable for integration on currently fielded M270 MLRS or M142 High Mobility Artillery Rocket System (HIMARS) variants launchers and capable of achieving production level maturity by Fiscal Year (FY) 2028. The Government is interested in a JR3 that is a representative model or prototype system in an All-Up Round configuration, which can be tested in a relevant environment in preparation for rapid development or fielding, qualification, and production.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
HELLFIRE & JAGM MISSILE SPARES ‐ REPRICE - SYNOPSIS
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE is seeking qualified sources for the acquisition of spare missile parts for the Hellfire (HF) and Joint-Air-to-Ground Missile (JAGM) weapon systems. This effort is in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM) and will have a period of performance of up to five years. The government is interested in all businesses, including small businesses and small disadvantaged business concerns. All offerors must meet prequalification requirements to be eligible for award. The contractor will be responsible for all aspects of the manufacturing/production process, including supply chain management, logistics, and final delivery of assets. The government anticipates the offeror's proposal will include quantities/ranges that may vary from those being solicited. The government retains the right to award the most advantageous quantities and/or ranges. This is a sources sought notice and does not constitute a solicitation or a promise to issue a solicitation in the future.
Multi-Domain Artillery Cannon (MDAC) RFI
Active
Dept Of Defense
Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking information on potential sources for the prototyping of a Multi-Domain Artillery Cannon (MDAC) prototype. The MDAC prototype consists of a wheeled self-propelled 155 mm weapon system and HVP-compatible propelling charge solution. The prototype must be delivered by Q4FY27, followed by an Operational Demonstration (OD) in FY28. The prototype will then be delivered to soldiers as a residual combat capability. The assumption for contract award is 3QFY25. For further details, refer to the attached Request for Information (RFI).
: MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE is seeking to procure MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION, GUI SPARES (NSN 1420-01-540-8608) from LOCKHEED MARTIN. This item is typically used for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The procurement is for a three-year period of performance. The item is restricted to LOCKHEED MARTIN COMPANY. Interested firms must meet prequalification requirements to be eligible for award. The closing date for the solicitation is estimated and may be adjusted. The SAM.GOV website will be used for issuing the solicitation and related information.
BDU-50 D/B CDI Practice Bombs
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY BDU-50 D/B CDI Practice Bombs The U.S. Army Contracting Command - Rock Island, on behalf of the Project Director for Joint Bombs, is seeking capable sources for the production and delivery of BDU-50 D/B Cast Ductile Iron (CDI) Practice Bombs. These munitions are used to support the U.S. Air Force and U.S. allies training requirements by simulating the size and weight of explosive-filled general purpose bombs. The BDU-50 D/B CDI Practice Bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. They are 60.572 inches long, up to 10.75 inches in diameter, with a nominal wall thickness ranging from 1.145 – 1.624 inches and an average weight of 485 lbs. The production quantity for FY25 is estimated to be 7,000 - 9,000 each, with a maximum yearly quantity of 15,000 BDU-50 D/B. The contract will also include First Article Test requirements. Interested companies capable of manufacturing these practice bombs are invited to provide information on their capabilities, sub-tier vendors, lead-time, prices, production quantities, and size status. The Technical Data Package associated with the BDU-50 D/B CDI Practice Bombs is classified as Distribution D and requires registration with the U.S./Canada Joint Certification Program. This sources sought announcement is for information and planning purposes only. Responses should be submitted by 24 March 2023.
Hypervelocity Projectile (HVP) RFI
Active
Dept Of Defense
Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking potential sources to prototype a Hypervelocity Projectile (HVP) at Redstone Arsenal, Alabama, United States. The Army Rapid Capabilities and Critical Technologies Office (RCCTO) requires technical skills, facilities, tooling, and personnel to support the prototyping process. The prototype HVP solution should be delivered by 4QFY27, followed by an Operational Demonstration (OD) in FY28. The prototype will eventually be delivered to soldiers as a residual combat capability. The assumption for contract award is 3QFY25. For more details, refer to the attached Request for Information (RFI).