Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2005 FBO #1447
SOURCES SOUGHT

14 -- Zuni 5-Inch Rocket Motor

Notice Date
11/10/2005
 
Notice Type
Sources Sought
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N00019-06-P7-ZD042
 
Response Due
12/9/2005
 
Archive Date
12/24/2005
 
Description
General Information Document Type: Sources Sought Notice Description The Naval Air Systems Command (NAVAIRSYSCOM), Patuxent River, Maryland, is seeking information from firms that are capable of providing Insensitive Munitions (IM) compliant rocket motor products/technology for the Zuni 5-inch rocket. This request for information (RFI) is part of a market survey required for the Congressionally-mandated Foreign Comparative Testing (FCT) program. The FCT program provides funds for comparative testing of non-developmental foreign defense equipment to determine whether foreign products are available which can satisfy current U. S. military requirements. Since the FCT program compares foreign company products against U.S. products for best value to the military, U.S. companies are also encouraged to respond to this RFI. See Office of the Secretary of Defense (OSD), Comparative Testing Office (CTO) website at http://www.acq.osd.mil/sts/fct/ for details on the FCT program. NAVAIR understands it is unlikely that an off-the-shelf Zuni IM compliant rocket motor exists or that one can be developed in time for the FY07 FCT cycle. Therefore, in lieu of an IM compliant Zuni rocket motor, NAVAIR request respondents provide information on IM products/ technology that could be demonstrated in the FY07 FCT program, and later be tailored to fit the Zuni 5-inch rocket application. Request all interested companies who have IM compliant rocket motor products/technology, including propellant, igniter, and rocket motor case designs respond to this RFI. Should favorable responses to this RFI be obtained, it is NAVAIR?s intention to submit an FY07 FCT proposal in January 2006. NAVAIR anticipates that the Office of the Secretary of Defense (OSD) will make final FY07 FCT selections by August 2006, and Congress will approve these selections in September 2006. If the IM compliant rocket motor FY07 FCT proposal is selected by OSD and approved by Congress, we expect funds to become available in January 2007. At which time, NAVAIR would identify its acquisition strategy for an IM compliant rocket motor product/technology demonstration. Multiple sources may be selected, and their products tested, to ensure that the government is getting the best value. Zuni 5-inch Rocket Motor Requirements: NAVAIR is seeking sources for an IM compliant (MIL-STD-2105C) Zuni 5-inch rocket motor for use by the U.S. Navy and Marine Corps on fixed and rotary wing aircraft. The primary aircraft are the F/A-18 Hornet Strike/Fighter and the AH-1 Super Cobra attack helicopter. The new motor must be able to operate in its intended fixed wing and rotary wing environments without additional captive carriage and weapon release flight restrictions. As a minimum, the rocket motor will have the same form, fit, and structural properties as the current Mk71 Mod 2 rocket motor. The new IM compliant rocket motor and the Zuni Mk 71 Mod 2 rocket motors shall be interchangeable. It must be compatible with both the LAU-10C/A and LAU-10D/A launchers. The rocket motor must be able to be safely transported, stored, and handled aboard U.S. Navy surface combatants. It shall be suitable for carrier operations (i.e.; catapult takeoffs and arrested landings). The rocket motor must be Hazards of Electromagnetic Radiation to Ordnance (HERO) ?Safe?, and meet the shipboard shock requirements of MIL-S-901. The rocket motor must be acceptable for shipboard CONREP and VERTREP operations. The motor must survive and operate in a variety of natural and induced environmental conditions that are possible during storage, transport, and tactical operations. The motor must be capable of operating in battlefield conditions to include snow, ice, rain, sand, dust, salt fog and battlefield contaminants. Induced battlefield environments include Electromagnetic Environmental Effects (E3), and Nuclear, Biological and Chemical (NBC). The new rocket motor will meet the ballistic requirements of the Propellant Grain Mk 88 Mod 0 Product Specification, WS 33726 (provided in enclosure 1), and the overall rocket motor requirements of the Rocket Motor, 5.0 Inch, MK 71 Mods Product Specification, WS 33725 (provided in enclosure 2). The motor should be ?minimum smoke? to help avoid enemy detection. To receive background information concerning Insensitive Munitions (IM) please send a fax to 301-757-5946, Attn: LCDR Jadon Lincoln, with your Point Of Contact information and email address. CAPABILITIES STATEMENT: RFI responses shall be limited to no more than fourteen (14) pages (12-point font minimum). If the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). The capabilities statement should include, at a minimum, the following information: (A) COMPANY HISTORY SECTION: (1) Name and address of the firm; (2) Size of business; (3) Ownership; (4) Year firm established; (5) Names of two principals to contact, including title and telephone number; and (6) company?s capability to operate in a U.S. Government cost-type contract environment using an approved cost accounting system, to include fixed, incentive, and award fees (see FAR 16.3); and, (7) any other technical information respondents deem necessary to aid the government in making an informed assessment. (B) IM TECHNOLOGY SECTION: (1) organization?s capabilities, capacities, and experience in developing, testing, and manufacturing rocket motor products/technology for military applications; (2) identify rocket motor products /technology that they developed and/or produced, and which are currently fielded by U.S. and/or foreign militaries; (3) a list of their past and present rocket motor products /technology contracts; (4) discuss any ongoing Internal Research and Development (IR&D) IM rocket motor products/technology efforts. (5) Descriptions of their IM compliant rocket motor products /technology that could be demonstrated as part of the FY07 FCT cycle. Discussions should describe in detail the propellant, rocket motor case, and igniter of their product. If available, provide test results of IM compliant rocket motor products/technology; and, (6) any other technical information respondents deem necessary to aid the government in making an informed assessment. (C) COST AND SCHEDULE SECTION: (1) provide a Rough Order of Magnitude (ROM) cost and straw-man schedule for conducting the following tests: (a) Fast Cook Off; (b) Slow Cook Off; (c) Bullet Impact; (d) Fragment Impact; (e) Sympathetic Detonation; and, Test Stand Static Firing. Test (a) through (e) will require two (2) test articles for each test and (f) will require four (4) test articles for a total of 14 test articles. Testing will start 9 months after contract award and will be conducted at the Naval Air Warfare Center, Weapons Division, China Lake, CA, or the Naval Surface Warfare Center, Dahlgren, VA. Testing is to be completed no later than 12 months after delivery of test articles. The contractor is expected to provide on-site support during test execution. IM testing will be conducted in accordance with MIL-STD-2105C. Rocket motor burn time and thrust will be measured during static firings and the results compared to existing MK 71 Mod 2 rocket motor data. (2) Request your organization provide inputs on test location, the scope of test, the number of test articles, as well as, your organization?s ability to deliver test articles 9 months after contract award; and, (3) any other cost or schedule information respondents deem necessary to aid the government in making an informed assessment. DATE INFORMATION REQUIRED: Written responses, either via email or fax, must be submitted no later than 2:00 p.m. 9 December 2005. Responses should be submitted in hard copy and in electronic format compatible and accessible using Microsoft Office 2000 software. Responses and any questions about this RFI should be in writing and sent to the following address: Commander, Naval Air Systems Command, PEO (W), Direct and Time Sensitive Strike, PMA-242, Bldg 2272, Rm 252, 47123 Buse Road, Patuxent River, MD 20670, Attn: Rod Powell, email: michael.powell-salas@navy.mil. PROPRIETARY INFORMATION SUBMITTED: The government will not disclose company proprietary information. Review of RFI responses by non-government personnel is not currently planned. However, if a contractor?s response needs to be reviewed by persons outside the government, then a non-disclosure agreement will be required between the parties. The government will advise respondents as soon as it is apparent as to the need for outside parties to review RFI responses. GENERAL INFORMATION: This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing the information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of this market research. Failure to respond to this sources sought synopsis shall not limit a potential offeror?s ability to respond to a solicitation later. There are no commitments by the government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. Unless otherwise stated herein, no additional information is available. Requests for the same will be disregarded. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at www.fedbizops.gov. It is the potential respondents? responsibility to monitor this site for the release of any follow-on information. No telephone responses will be accepted. The technical POC for this synopsis is Michelle McBride, email: michelle.mcbride@navy.mil and the Procuring Contracting Officer, Michael Rod Powell-Salas at email: Michael.Powell-Salas@navy.mil.
 
Place of Performance
Address: TBD
 
Record
SN00930615-W 20051112/051110212300 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.