Joint Reduced Range Rocket
ID: PANRSA23P0000016158Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA
Timeline
    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
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    SM-2/SM-6 Rocket Motor Production
    Active
    Dept Of Defense
    The U.S. Navy is conducting market research to identify potential contractors for the production of Standard Missile Rocket Motors. This Request for Information (RFI) relates to the SM-2/SM-6 program, which is the Navy's primary fleet defense weapon system, providing over-the-horizon capabilities. The Navy seeks information on rocket motor and booster production capabilities that could be used for full-rate production or to supplement existing SM-2/SM-6 production. Affordability and the technical readiness of a production effort for acquisition in the FY26-FY27 timeframe are key focuses. Responses should demonstrate an understanding of the requirements and include details on the respondent's production capability/technology/solutions, projected cost drivers, relevant technology risks, and development timelines. All interested parties, including small businesses, are invited to submit information. The Navy emphasizes that this RFI is for planning purposes only and does not constitute a solicitation or obligation for a contract. Responses are requested by October 1, 2024, and should be emailed to the contacts provided in the notice. For more information, potential respondents can contact Bradley Wood or Brian Kimm, whose details are provided in the notice.
    JROTC Drill Rifles
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Knox, is seeking proposals from qualified small businesses for the procurement of 7,225 drill rifles and associated accessories for the U.S. Army Cadet Command's JROTC Programs. This procurement aims to replace outdated drill rifles that no longer meet the competition standards required for drill and ceremony events, which are integral to the training of approximately 30,000 cadets across 1,701 active JROTC units. Interested vendors must submit their quotes by September 10, 2024, with deliveries expected by October 15, 2024, and are encouraged to contact Ranetta M. DeRamos at ranetta.m.deramos.civ@army.mil for further information.
    : 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.
    Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is issuing a Sources Sought/Request for Information (SS/RFI) for the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP). The objective is to identify potential sources capable of supporting the production of IBCS hardware, which is critical for the Integrated Fires and Mission Command Project Office, emphasizing a collaborative System of Systems approach rather than traditional single-system development. Interested parties are invited to submit white papers detailing their manufacturing capabilities and past experience related to IBCS components, with responses due by 1700 CST on 13 September 2024. For further inquiries, interested vendors can contact Belen "Jenn" Hyman at belen.m.hyman.civ@army.mil or Timothy J. Carlile at timothy.j.carlile.civ@mail.mil.
    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.
    Request For Information (RFI) - Variety of double-based (possibly triple based) propellants
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Research Laboratory (ARL), is seeking industry feedback through a Request for Information (RFI) regarding the manufacturing of a variety of double-based and potentially triple-based propellants. The objective is to establish a non-commercial indefinite delivery, indefinite quantity (IDIQ) contract to support testing for large and medium direct fire munitions at ARL's experimental ranges, with a focus on tailored solutions that meet specific testing requirements such as perforation size and grain dimensions. This initiative underscores the critical need for specialized propellant materials in military applications, facilitating advancements in ammunition development and testing. Interested vendors are encouraged to submit their company information and any questions within 15 days of the RFI posting, and may contact Shanna Dellinger at shanna.dellinger.civ@army.mil or Robert A. Edwards at robert.a.edwards147.civ@mail.mil for further details.
    60mm, 81mm, 120mm Mortar Tail Fin
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is seeking proposals for the production and delivery of 60mm, 81mm, and 120mm Mortar Tail Fin Assemblies under the upcoming Request for Proposal (RFP) W15QKN-24-R-0102. The procurement aims to award up to three firm-fixed-price, indefinite delivery indefinite quantity (IDIQ) contracts, each with five one-year ordering periods, for approximately 2.7 million M24 Mortar Fins, 2.3 million M27 Mortar Fins, 133,000 M28 Mortar Fins, and 2.6 million M31 Mortar Fins, which are critical components for various mortar cartridge variants. Interested small businesses must be registered in the System for Award Management (SAM) and submit required documentation to access the Technical Data Package (TDP) upon RFP release, anticipated in the first quarter of FY25, with contract awards expected in the third quarter of FY25. For inquiries, contact Michael Kline at michael.j.kline56.civ@army.mil or Aja Barnett at aja.m.barnett2.civ@army.mil.
    Simulated Firing Range - Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Air Base Wing at Maxwell Air Force Base, is seeking proposals for a smokeless indoor firing range system designed for training with simulated M4 and M18 weapon platforms. The procurement includes essential components such as Firearms Trainer Simulator software, M18 trainer weapons with IR lasers, M4 training weapons, magazines, and additional laser battery packs, all of which must be brand new. This initiative reflects the military's commitment to enhancing training practices and force readiness, with delivery expected to the Air War College at Maxwell AFB within 60 days after contract award. Interested small businesses must submit detailed quotes and comply with various federal regulations, with inquiries directed to SrA Lance Redolosa at lance.redolosa.ph@us.af.mil or TSgt Drew Matter at drew.matter@us.af.mil.
    Tomahawk Block V and Block Va All-Up-Round (AUR) Hazards of Electromagnetic Radiation to Ordnance (HERO) Qualification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus-Fixed-Fee Delivery Order to Raytheon for the Tomahawk Block V and Block Va All-Up-Round Hazards of Electromagnetic Radiation to Ordnance (HERO) Qualification. The procurement involves comprehensive electromagnetic technical management, HERO test planning, and related support and reporting, with a performance period anticipated to last 12 months. This contract is critical as Raytheon is the sole manufacturer of the Tomahawk Missile System, possessing the unique expertise and technical data necessary for this effort. Interested parties may submit capability statements to Drew Moreland at drew.r.moreland.civ@us.navy.mil, with the anticipated award date in March 2025 and contract performance expected to commence in July 2025.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.