SOLICITATION NOTICE
13 -- 40 MM STANDOFF DOOR BREACHING ROUND SOURCES SOUGHT
- Notice Date
- 6/18/2008
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016408RJM25
- Response Due
- 7/11/2008
- Archive Date
- 7/26/2008
- Point of Contact
- MR. JOHN PFENDER 812-854-5198 Contracting Officer: John Pfender812-854-5198, email: john.pfender@navy.milTechnical POC: Mr. Eric Scheid812-854-5667, email: eric.scheid@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/homepage.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources-sought announcement as part of a market survey for a 40 MM standoff door breaching round. Potential 40 mm standoff door breaching candidate rounds should be compatible with the following characteristics. 1) Weapon System The candidate rounds must be compatible with the Heckler & Koch (H&K) AG416 / XM320 Grenade Launcher Module. 2) Performance Output The round must have the ability to breach doors ranging from solid wooden to medium metal. The doors are both inward and outward opening. The threshold requirement is breach doors from solid wooden to 18 gauge metal. The objective is to breach up to 14 gauge metal doors. All target doors to have a standard lock with handle. 3) Effective Range The threshold maximum range requirement is 35 meters. The objective maximum range requirement is 50 meters. The threshold minimum range requirement is 15 meters. The objective minimum range requirement is 10 meters. 4) Minimum Safe (Arming) Distance The safe (arming) distance requirement is a range between 7 to 10 meters. 5) Minimum Safe Distance The threshold minimum safe distance is 15 meters. The objective minimum safe distance requirement is 10 meters. This is the minimum acceptable distance for safety from rearward projected fragments. 6) Accuracy The threshold requirement for accuracy is the ability to hit a 36 inch square target from a distance of 35 meters. The objective requirement is the ability to hit a 24 inch square target from 50 meters. Please provide estimated muzzle velocities. 7) Deflection Angle The requirement for reliable function and full performance upon encountering a target on an angle is 15 degrees threshold with an objective of 30 degrees. The angle is referenced from a perpendicular firing line. 8) Fragmentation / Collateral Damage The system should be very low fragmenting producing minimal rearward primary fragments. Damage to the door / target itself, while minimized, is not of primary concern. However, any explosive projectiles MUST NOT perforate the door prior to detonation. 9) Weight The threshold requirement for maximum system weight is 7 pounds. The objective requirement is 5 pounds. Where applicable, the threshold requirement for maximum weight of an individual round is 2 pounds with an objective of 1 pounds. 10) Applicable Standards The system should be capable of meeting the general requirements of MIL-STD-331C and MIL-STD-2105C. 11) Minimum Established Safety All candidate rounds will be evaluated for safety to launch, by remote control, from an H&K AG416 / XM320 without damaging the weapon and without producing hazardous duds. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Governments evaluation in the form of a White Paper. The White Paper product information should include system size, weight and construction materials, energetic compositions and weight, fuze and detonator details and documented and or estimated claims against the performance requirements stated above if available. Information should also include full system descriptions and maturity information. Potential candidates may range from conceptual to existing off the shelf solutions. This effort shall consist of an initial White Paper response to this Notice, followed by sample testing of candidate materials determined to be viable. The Government will perform a review of the responses and down selection of candidate rounds determined to be viable. Organizations with selected explosive formulations will be asked to provide 20 rounds per type for testing and evaluation. The evaluation of performance will be based on the ability to meet the above set of requirements. The test will be conducted at Government expense. The testing will be closed. However, the Government will provide a report to each organization documenting the performance of that organizations material(s). Participating organizations shall supply necessary explosive transportation and associated explosive transportation authorizations. If necessary, the Government offers limited assistance in obtaining transportation authorizations. The respondent must be able to demonstrate the ability to obtain those resources in a timely fashion. Interested organizations who feel they possess the necessary capabilities should respond by providing the Government a White Paper as described along with the following information; point of contact, address, telephone and fax numbers and email addresses. This effort shall progress according to the following schedule. White Papers responses to this Notice are due on or before 11 July 2008. Down selection of viable candidates and notification of selected organizations will be performed on or before 6 August 2008. Test sample rounds shall arrive at NSWC Crane on or before 30 October 2008. Testing is scheduled in November 2008. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Mr. John Pfender, Code 0562HN, Bldg 3422, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-5198 or e-mail at: john.pfender@navy.mil. Technical questions regarding this announcement may be directed to Mr. Eric Scheid, Code JXMN, Bldg 3347, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-5667 or e-mail at: eric.scheid@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6dc77ee09c1ff6229cab777a645b0d90&tab=core&_cview=1)
- Record
- SN01596206-W 20080620/080618220303-30705bb13a1aeb0ea681f28a34f2087d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |