Skip to main content

An official website of the United States government

You have 2 new alerts

Overhaul and Repair and Return (R&R) for the HAWK Missile System

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 16, 2024 11:01 am EDT
  • Original Response Date: Oct 31, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:

Description

This is a Sources Sought for a new contract for the Overhaul and/ or Repair and Return for the HAWK Missile System.

1. The U.S. Government’s (USG) intent is to identify companies capable of operating a depot level repair and rebuild (R&R) of major assemblies and sub-assemblies for the Homing All the Way (HAWK) Missile Systems belonging to various Foreign Military Sales Partners.  The major items to be repaired are mechanical and electromechanical parts and assemblies that are components of the following major end items and their major assemblies of the HAWK Missile Defense System:

a.  Continuous Wave Acquisition Radar (CWAR)

PN: 13039088

NSN: 1430-01-184-6768

b.  High Power Illuminator (HPI)

PN: 13219212

NSN: 1430-01-191-8780

c.  PCP AN/MSW-20

PN: 13039013

NSN: 1430-01-180-5318

d.  PCP AN/MSW-19

PN: 11568123

NSN: 1430-01-084-1131

e.  Mobility BCP AN/MSQ-125

PN: 13384689

NSN: 1430-01-365-1714

f.  Mobility PCP AN/MSW-21

PN: 13235391

NSN: 1430-01-365-1715

g.  HAWK Loader (Diesel and Gas configurations)

PN: 11675300

NSN: 1450-00-066-8873

h.  HAWK Loader Diesel Configuration

PN: 8036057

NSN: 1450-00-768-7046

i.  Hawk Digital Launcher

PN: 13235388

NSN: 1440-01-364-3292

j.  Hawk Analog Launcher

PN: 10674109

SN: 1440-00-805-3012

k.  Sentinel Radar

PN: 13548692

NSN: 1430-01-420-8077

l.  Pulse Acquisition Radar

PN: 11510155

NSN: 1430-01-042-4908

2.  The U.S. Government’s (USG) is also interested in the depot level repair and rebuild (R&R) of the following Field Maintenance Equipment:

a.  SHOP 1

PN: 11568010

NSN: 4935-01-083-3129

b.  SHOP 2

PN: 13233655

NSN: 4935-01-218-7089

c. SHOP 3

PN: 11566271

NSN: 4935-01-051-8691

d.  SHOP 5

PN: 10104005

NSN: 4935-00-740-6220

e.  SHOP 8

PN: 11569302

NSN: 4935-01-042-4909

f.  SHOP 8 (TSM-178)

PN: 13233658

NSN: 4935-01-218-7088

g.  SHOP 20 (TSM-190)

PN: 13234428

NSN: 4935-01-282-9256

h.  SHOP 20 (TSM-202)

PN: None

NSN: 4935-01-389-9842

i.  SHOP 21 (TSM-209)

PN: None

NSN: 4935-01-414-9929

j.  SHOP 21 (TSM-181)

PN: None

NSN: 4935-01-256-3435

k.  SHOP 23

PN: 13385540

NSN: 4935-01-378-0083

l.  MTS

PN: 10182605

NSN: 4935-00-782-1957

3.  The U.S. Government’s (USG) is also interested in the depot level repair and rebuild (R&R) of HAWK XXI – Phase 4 equipment:

a.  Battery Fire Distribution Center

PN: 60184732-00

No NSN

b.  Battalion Operations Center

PN: 60184731-00

No NSN

 4.  The U.S. Government’s (USG) is also interested in the depot level repair and rebuild (R&R) of HAWK missiles:

  1. INTERCEPT-AERIAL GUIDED MISSILE (MIM-23)

5.  Each prospective vendor must provide information on experience and/or history with HAWK R&R with their response. 

6.  All information received will be used for planning purposes only. It shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as an obligation on the part of the USG to respond, or to acquire any products or services.

7.  Any response to this synopsis will be treated as information only.  No entitlement to payment of direct or indirect costs or changes by the USG will arise as a result of contractor submission of responses to this synopsis.  The information provided may be used by the Army in developing it Acquisition Strategy and its Statement of Work/ Statement of Objective or Performance Specifications.  Not responding to this RFI does not preclude participation in any future RFP, if issues.  If the USG issues a solicitation, the solicitation will be synopsized on the SAM.gov website.  It is the responsibility of any potential offeror to monitor the SAM.gov website for additional information pertaining to this requirement.

8.  Both CLASSIFIED and UNCLASSIFIED assets will be included. Each prospective contractor shall have in place and effective an economical quality system in accordance with (IAW) ANSI/ISO/ASQ-Q, or equivalent system as agreed by between the contractor and the United States Government (USG). Security procedures require the contractor adhere to the HAWK Security Guide, ITAR, NISPOM, HSPD-12, DoD, DoD 5220.22-M, with Change 1 (ISL-97-1 Jul 97) and Change 2, ISL 01, Feb 01) as well as any other applicable changes or amendments.

Information shall be provided on experience in providing the same services to any other USG entities. Such information must include contract number(s), award dates, in providing the same services as other USG entities. Such information must include contract number(s) award dates (s) and points of contact.

General information on the responding contractor’s capabilities is welcome. However, each responder shall address the paragraphs above. Limit responses to no more than five pages.

The point of contact for this notification and any requests/questions may be directed in writing to

Contracting Office Address;

Army Contracting Command – Redstone, Attn: CCAM-MLH Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280

Contact Information

Contracting Office Address

  • AMCOM CONTRACTING CENTER MISSLE
  • REDSTONE ARSENAL , AL 35898-5090
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Nov 15, 2024 11:55 pm ESTSources Sought (Original)