Skip to main content

An official website of the United States government

You have 2 new alerts

MARKET RESEARCH/REQUEST FOR INFORMATION: Objective Commander’s Weapon Station

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 29, 2024 11:01 am CDT
  • Original Response Date: Nov 12, 2024 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336992 - Military Armored Vehicle, Tank, and Tank Component Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL
    USA

Description

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of the Objective Commander’s Weapon Station (OCWS) to create a 3-year, firm-fixed price, indefinite delivery indefinite quantity for the military tactical vehicles in support of PdM Armored Multi-Purpose Vehicle (AMPV). See attached Statement of Work for details.


Minimum IDIQ order quantity: 50
Maximum IDIQ order quantity: 600


If responding, please provide the following:
- A capability statement with a synopsis on how this need will be met (2 pages maximum)
- List your small business representation, cage code, and a point of contact


Please note: The Government is still determining if/how they will set this aside.


If you want drawings for this acquisition, please reach out to the following email address: DLAHSVPMCONTRACTS@DLA.MIL. In order to receive drawings, you must be Joint Certification Program (JCP) certified.


As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.101(a) promoting full and open competition. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves.
The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance.


DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE 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.

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AH) 5201 MARTIN ROAD
  • REDSTONE ARSENAL , AL 35898-7340
  • USA

Primary Point of Contact

Secondary Point of Contact





History