Self-Propelled Howitzer-Modernization Evaluation
ID: SPHM_Draft_0003aType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Military Armored Vehicle, Tank, and Tank Component Manufacturing (336992)

PSC

EQUIPMENT AND MATERIALS TESTING- WEAPONS (H210)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the evaluation of a modernization effort for the Self-Propelled Howitzer (SPH). This procurement aims to conduct comprehensive testing and evaluation of the SPH under various operational conditions, with vendors required to supply all necessary materials and equipment for the evaluation phase. The opportunity is critical for enhancing military capabilities and ensuring the effectiveness of the SPH modernization program. Interested vendors should direct inquiries to Sarah Teschler at sarah.j.teschler.civ@army.mil or MAJ Lindsay Hobbs at lindsay.m.hobbs2.mil@army.mil, and must adhere to the established proposal timelines as outlined in the Request for Proposals (RFP).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines responses and updates related to a government Request for Proposals (RFP) regarding a systems evaluation for a Self-Propelled Howitzer (SPH) modernization effort. Key changes include an increase in allowable onsite personnel, adjustments to the timelines for Critical Data Requirements Lists (CDRLs), and clarifications on responsibilities for testing and support. Notably, the requirement for a ported tube was removed, and feedback noted the need for adequate time for vendors to meet documentation requirements post-contract award. The government confirmed no provision for ammunition and emphasized that vendors are responsible for all test materials and equipment. The RFP includes stringent evaluation protocols, ensuring comprehensive testing across various operational conditions while specifying that vendors must supply all necessary materials for the evaluation phase. The intent is to facilitate an effective competitive evaluation process while ensuring clarity in responsibilities and expectations for all parties involved. Overall, the document serves as a critical reference for vendors preparing proposals, ensuring they understand the requirements and expectations of the upcoming contract.
    The document outlines responses to questions and recommendations regarding a draft Request for Proposal (RFP) from the U.S. Government. It addresses topics such as small business participation, submission requirements, testing processes for self-propelled howitzers, and technical standards. The government confirms that while subcontracting goals exist to encourage small business involvement, the prime contractor retains flexibility on arrangements. Updates were made to allow larger submission formats for readability. It clarifies that submissions via CD-ROM or DVD remain unchanged and that government evaluations will solely consider proposals submitted without requiring government-to-government test data requests. Key clarifications include acceptance of foreign system safety reports and non-MIL-STD formats for technical manuals. The government will not release a detailed list of required technical data before the proposals and imposes restrictions on proposal timelines, consistently stating that vendors must adhere to established RFP timelines. The main purpose is to ensure a transparent and fair process for evaluating proposals while setting clear expectations about technical requirements and submission protocols, promoting a competitive environment for potential bidders in the military procurement space.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Self-Propelled Howitzer-Modernization Evaluation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the evaluation of the modernization of self-propelled howitzers. This procurement aims to assess the effectiveness and performance of upgraded artillery systems, which are critical for enhancing military capabilities and operational readiness. The evaluation will take place at the Yuma Proving Ground in Arizona, a key testing facility for military equipment. Interested parties can reach out to Sarah Teschler at sarah.j.teschler.civ@army.mil or Amanda Collins at amanda.m.collins24.civ@army.mil for further information regarding this presolicitation opportunity.
    SPH TOOL SET
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the SPH Tool Set. This procurement requires the contractor to meet specific material and physical requirements, ensuring compliance with various military standards for marking, configuration control, and quality assurance. The SPH Tool Set is critical for military operations, providing essential tools for maintenance and repair tasks. Interested vendors should contact Jennifer Henry at 717-605-2172 or via email at JENNIFER.HENRY@NAVY.MIL for further details, with a delivery timeline of 90 days post-award.
    M1E3 Engineering Change Proposal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the M1E3 Engineering Change Proposal, aimed at enhancing military armored vehicle capabilities. This procurement focuses on the manufacturing and modification of tanks and their components, which are critical for maintaining and advancing national defense capabilities. The work will be performed in Sterling Heights, Michigan, and is categorized under the NAICS code 336992, emphasizing its significance in military research and development. Interested parties can reach out to Shalonda Hawkins at shalonda.l.hawkins.civ@army.mil or John Finn III at john.j.finn75.civ@army.mil for further details regarding the solicitation process.
    Armored Multi-Purpose Vehicles for Full Rate Production Contract - Request for Proposal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Detroit Arsenal, is soliciting proposals for the Full Rate Production (FRP) of Armored Multi-Purpose Vehicles (AMPVs) under a modification to contract W56HZV-23-C-0024. The procurement aims to secure up to 240 vehicles annually over three additional option years, totaling 720 vehicles and associated support kits, with the solicitation directed solely to BAE Systems Land & Armaments L.P. This initiative underscores the Army's commitment to enhancing its armored vehicle capabilities, ensuring that military requirements are met with accountability and compliance. Proposals are due by 5:00 PM Eastern Standard Time on April 30, 2025, and interested parties can direct inquiries to Chelsea Szostak at chelsea.r.szostak.civ@army.mil or Lisa Roulo-Lo Savio at lisa.r.roulo-losavio.civ@army.mil.
    Power Pack, Hydraulic
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of hydraulic power packs under solicitation number SPRDL1-24-R-0005. This firm fixed-price contract requires vendors to comply with stringent packaging, marking, inspection, and acceptance protocols, ensuring that all items are sourced from approved manufacturers and adhere to environmental regulations. The hydraulic power packs are critical components for military applications, emphasizing the importance of reliability and compliance with military standards throughout the supply chain. Interested vendors must submit their proposals electronically via the SAM.gov website by the specified deadline, and for further inquiries, they can contact Kay Lynn Machacek at kay.machacek@dla.mil.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under the contract titled "SPRRA225R0002 MLRS SPARES." This procurement is classified as a sole-source requirement to Lockheed Martin and includes stipulations 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 high-quality and timely delivery of defense-related equipment, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors should note that the proposal due date has been extended to April 2, 2025, and must acknowledge the amendments to the solicitation. For further inquiries, potential bidders can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    Manufacture of the M776 155mm Cannon Tubes
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the manufacture of M776 155mm cannon tubes. This procurement aims to fulfill the military's requirements for high-quality cannon tubes, which are critical components for artillery systems. The selected contractor will be responsible for producing these tubes in compliance with stringent military specifications, ensuring reliability and performance in defense operations. Interested parties should reach out to Megan Ross at megan.j.ross.civ@army.mil or Peter Snedeker at peter.t.snedeker.civ@army.mil for further details regarding this sources sought notice.
    Hub, Wheel, Vehicular
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of vehicular wheel hubs, specifically NSN 2530-21-921-7128, with a total quantity of eight units required. This procurement is classified as a Firm Fixed Price contract and emphasizes strict compliance with military standards for delivery timelines and packaging, ensuring quality control through inspection at the manufacturer's origin. The selected supplier will be restricted to General Dynamics Land Systems Canada Corp. or an authorized distributor, highlighting the specialized nature of the goods being sought for military applications. Interested parties must submit their proposals by approximately March 3, 2025, and can direct inquiries to Derek T. Rutkowski at derek.rutkowski@dla.mil or by phone at 586-467-1202.
    PNEUMATIC WHEEL ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting bids for the procurement of pneumatic wheel assemblies under Solicitation No. SPRDL1-25-Q-0051. This opportunity requires vendors to comply with specific military standards for manufacturing, packaging, and inspection, ensuring that all components meet the stringent quality and performance criteria outlined in the Technical Data Package (TDP). The pneumatic wheel assemblies are critical for military operations, emphasizing the importance of reliability and safety in defense logistics. Interested contractors must register with SAM.gov and adhere to the proposal submission guidelines, with inquiries directed to Sharonna Bray at Sharonna.Bray@dla.mil or by phone at 586-703-9340.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.