SOURCES SOUGHT
A -- Objective Individual Combat Weapon (OICW) Development
- Notice Date
- 3/22/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- DN/A
- Response Due
- 4/30/2002
- Point of Contact
- Mary Ann Moreau, Contract Specialist, 973-724-2016
- E-Mail Address
-
Email your questions to Mary Ann Moreau
(mmoreau@pica.army.mil)
- Description
- The Product Manager for OICW is seeking sources for the execution of the System Development and Demonstration (SDD) Phase of OICW development. The OICW is the next generation infantry weapon that will replace selected M16s and M4 Modular Weapon Systems for Land Warrior and non Land Warrior equipped infantry units to include certain elements of the Special Forces. The Product Manager foresees complex issues integrating designs and requirements of the weapon system, ammunition, target acquisition/fire control system, training, and the Land Warrior System during the development and future production phases. If the Government determines based on a review of the responses to this market survey that it is realistic for Industry to develop and build, at no cost to the government, three complete weapon systems, with ammunition, within approximately 15 months for government?s evaluation against the baseline system, a competitive ?shoot-off? would be conducted. If it is decided to conduct a competitive shoot-off, this would be conducted prior to entry into the SDD phase. System Description: The OICW is a dual weapon system that combines a high explosive air bursting (HEAB) round, secondary kinetic energy (KE) munitions and a ruggedized compact single integrated full solution day/night target acquisition/fire control system (TA/FCS) capable of operations without environmentally caused degradation of performance. It will be fully integrated with the Land Warrior. The SDD Phase is planned to begin in FY05 with fielding to follow at the end of FY07. SDD Entrance Criteria: Weight: The OICW shall weigh less than 17.5 lbs when fully loaded with 5 HEAB rounds, 20 KE rounds, the TA/FCS, power supply and sling. Range/Lethality: The HEAB round shall have a Probability of Incapacitation P(I) of no less than 0.45 @ 300 meters against an exposed point stationary target, and no less than 0.20 @ 300 meters against a defilade target. Power: The system shall provide enough power to sustain system operation for a minimum of 14 hours based on the Operational Mode Summary/Mission Profile (OMS/MP). The Operational temperature range is ?50F to 120F. Reliability: The OICW system shall be rugged enough to withstand military use, including airborne and shipboard operations without degradation of performance. Effectiveness: The OICW shall be effective from the standing, kneeling and prone positions. Other Requirements: Weapon: The OICW weapon shall consist of two subsystems, an HE module, and a KE module, with a single trigger and selector switch that operate both subsystems and interacts with the TA/FCS?s automatic fuze programming. The KE subsystem shall utilize the standard 5.56mm ammunition and provide a comparable performance to the M4 carbine out to 300 meters with semi-automatic operation. The HE subsystem shall fire the HEAB ammunition in all fuzing modes. The rate of fire for the HE weapon shall be between 80 and 120 rounds per minute. The weapon will be as reliable as the M16/M4 family of weapons. TA/FCS: The TA/FCS shall have direct view magnified optic, and thermal sighting modes with an automatic ballistically adjusted reticle. It shall include a laser range finder, an electronic compass for bearing, cant and tilt sensors, an environmental sensor suite, a fuze setter and an internal display. It will incorporate a full ballistic algorithm incorporating data from the rangefinder, environmental and attitude sensors to facilitate accurate placement of the airbursting munition on target via offsetting of the ballistic reticle. Ammunition: The HEAB ammunition shall have a settable fuze that interacts with the TA/FCS?s automatic fuze programming circuit. The HEAB munition shall demonstrate a minimum of 98% reliability. A family of cartridges for the HE subsystem shall be provided, including High Explosive Air Burst (HEAB) and Target Practice (TP) cartridges. The KE ammunition shall be the current standard 5.56mm ammunition. The shoot-off: The shoot-off will be conducted at Aberdeen Proving Grounds (APG) by both Aberdeen Test Center (ATC) and Army Research Laboratory (ARL) personnel with Army Materiel System Analysis Activity (AMSAA) personnel providing the evaluation/assessment of the tests. The test facilities and 5.56mm ammunition shall be provided at no cost to the offerrors. The offerors shall submit to the government, at no cost to the government, 3 complete weapon systems plus enough HEAB/TP ammunition to conduct the test. There shall be 303 HEAB and 5120 TP cartridges per offeror provided to the government. The government is interested only in those potential offerors who have specific knowledge with this subject matter, show insights to conducting a successful shoot-off within approximately fifteen (15) months of this announcement and have experience to conduct a successful SDD/Low Rate Initial Production (LRIP) phase. In response to this survey, contractors should provide specific knowledge, abilities, and past efforts that will give the government the required confidence that the contractor is capable of executing a successful shoot-off and SDD/LRIP phase. The sum of all efforts referred to in the opening paragraph may not reside within a single company. Offerors considering a teaming arrangement with other companies should provide notice to that effect as well as provide individual team members? specific knowledge, abilities, and past efforts. Interested offerors and those of their team members should submit their qualifications and plans for executing this phase of the program within 30 days to: Commander, U.S. Army TACOM-ARDEC, Acquisition Center, AMSTA-AQ-APD, Bldg 10, Attn: Philip Grottendick Picatinny Arsenal, NJ 07806-5000 Email: pgrotten@pica.army.mil. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertaining to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. A security clearance of SECRET is required for performance of this effort. All information is to be submitted at no cost or obligation to the Government. Electronic responses are preferred; please see the Procurement Network site, http://procnet.pica.army.mil for the correct file format. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. This is a sources sought notice only. It is for planning purposes only and should not be construed as a Request for Proposal.
- Web Link
-
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/SRCSgt/032220021/032220021.htm)
- Record
- SN00047232-W 20020324/020322213338 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |