Sources Sought: Hypersonic Technology Development

  • Product Service Code: J014 – MAINT/REPAIR/REBUILD OF EQUIPMENT- GUIDED MISSILES
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Cambridge , MA 02139 USA

RESPONSE DEADLINE: Interested sources shall submit a capability package by the deadline provided in this notice (10 pages or less) containing: 1) Company Name and Address, 2) Company Point of Contact, 3) Email Address, 4) Phone Number, 5) specifics addressing the tasking listed below and company’s capability, 6) specifics addressing existing subject matter expertise of Strategic Weapon Systems Guidance and Reentry subsystems, 7)  related past performance and 8) general corporate information.  Facilities and citizen personnel must be U.S. citizens and possess a Secret Clearance or higher.  The prime contractor must also be International Traffic in Arms Regulations (ITAR) compliant.  In addition, prospective sources should be able to receive, generate, modify and store classified documentation.

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

Respondents should indicate which portions of their response are proprietary and should mark them accordingly.  Failure to provide a response does not preclude participation in any possible future competitive RFP for which a business is eligible to participate in, if any is issued.

REQUIREMENT: The work described under this Sources Sought Notice is entirely for the Strategic Systems Programs’ Conventional Prompt Strike Program. None of the work is for Trident II D5 Strategic Weapons System. The (previous) title of the Sources Sought Notice was a reflection of the contracting vehicle used, and is hereby updated. The United States is not pursuing nuclear hypersonic weapons.

Responses are due no later than Sep 05, 2020 05:00 pm EDT

FULL details via beta.sam.gov

📌 Check out our RESOURCES page for a sample letter that we use in response to government market research.

Choctaw Transportation Co. Inc awarded $30M Contract For Stone Repairs Along Mississippi River

Choctaw Transportation Co. Inc., Dyersburg, Tennessee, was awarded a $30,000,000 firm-fixed-price contract for stone repairs to revetments and dikes along the Mississippi River. Bids were solicited via the internet with five received.

Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2021. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-D-0015).

Choctaw Transportation Company is a leading 4 generation marine construction company and river transportation firm with over 60 years of our work being completed for various federal agencies, along with numerous private and public entities.

Construction Services for Jetty and Wing Wall Repairs

The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for repairs to jetties and wing walls located at the Kennebunk River Federal Navigation Project (FNP) in Kennebunk and Kennebunkport, ME.  This announcement is to determine the interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned, Woman-Owned and Small Business concerns as described below.  The NAICS code for this procurement is 237990 with a size standard of $39.5M.  The project is planned to be issued around March 2021.  The construction will occur between summer 2021 and spring 2022 and is expected to take approximately seven months to complete.  The estimated construction cost is between $1,000,000.00 and $5,000,000.

The Kennebunk River FNP includes a 600-foot long stone jetty on the eastern side of the inlet with a 240-foot long stone wing wall connecting the jetty with the eastern shore in Kennebunkport adjacent to Colony Beach, and a 290-foot long stone jetty on the western side of the channel with a 270-foot long stone wing wall connecting the jetty with the western shore in Kennebunk adjacent to Gooch’s Beach.

Given the nature and characteristics of the east and west jetty structures, it is anticipated that all repair and improvement construction activities will have to be performed from marine based plant. For the east and west wing walls, it is anticipated that construction will be performed by land.  Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District.

Responses are limited to twenty pages and due electronically, by September 8, 2020 04:00 pm EDT, to Guesley.Leger@usace.army.mil.

The results of this survey will be considered to be in effect for a period of one year from the date of this notice.

For the full details. Click on THIS.