Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
SOURCES SOUGHT

13 -- Precision Guidance Kit

Notice Date
6/22/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-09-X-0329
 
Response Due
7/31/2009
 
Archive Date
8/30/2009
 
Point of Contact
Wilson Au, Contract Specialist, (973)724-5388<br />
 
E-Mail Address
Wilson Au
(wilson.au@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command (ACC) Joint Munitions & Lethality (JM&L)Contracting Center, Picatinny Arsenal, NJ 07806-5000 on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM CAS) is seeking information from Industry on their ability to develop and qualify a precisionguidance kit/fuzing solution capable of a delivery accuracy of 30 meter Circular Error Probability (CEP) and compatible with current US inventory of 105mm artillery projectiles as described in the PGK-2 DRAFT Performance Specification. The USG is interested in the respondents feedback on the following areas: 1)Accuracy and performance predictions as a threshold capability for the US 105mm HE munitions including all variants of the M1/A1, M913, and M1130. Identify any firing limitations such as minimum and maximum effective range and/ or gun elevation associated with predicted accuracy. 2)Compatibility and technology maturation required for attaining similar accuracy and performance with 155mm projectiles as an objective capability. Identify each compatible projectile and the predicted accuracy and performance. 3) Integration of a 40mm round size form factor common Global Positioning System (GPS) based guidance and control electronics interface as per ongoing OPM CAS efforts. 4)Development and integration of an anti-jam solution for GPS-based guidance and control in jammed environments, including system performance and a description of degradation in terms of jamming-to-GPS signal ratio (in dB),jammer power (in Watts), and distance to jamming source (in kilometers) as jamming levels (power and number of jammers) increase and potential corresponding incremental design solutions to counter multiple jamming sources at multiple jamming levels. Identify rough-order-of-magnitude (ROM) estimates for Non Recurring Engineering (NRE) costs and unit cost differentials for various levels of viable anti-jam solutions within a quantity range of 10,000 to 20,000 units per year. 5)Ability to achieve size compatibility for short intrusion fuze well depth which, in conjunction with external booster (currently in development), is expected to be required for initiation of IMX-101 insensitive munitions fill in 105mm high explosives projectiles. 6)ROM pricing associated with providing Government Purpose Use Rights for all aspects of the solution in support of emerging mandates to maintain competition throughout the life cycle of DoD systems. The Government contemplates award of contract(s) in mid calendar year 2010. The proposed phased acquisition strategy is as follows: Phase 1: Technology Demonstration /Shoot-Off is expected to be approximatelynine months and consists of design maturation and a competitive shoot-off leading to a downselect to the best approach based on demonstrated accuracy,reliability and other performance and maturity aspects. Phase 2: Completion of Engineering Manufacturing and Development (E&MD) isexpected to be approximately eighteen (18) to thirty (30) months to complete full qualification manufacturing readiness for PGK-2. Feedback is requested on the viability and advantages/disadvantages foreseen regarding a requirementto support two GPS component suppliers through Critical Design Review. (Note: This approach is being considered to both reduce risk and promote competition for an expected cost driver component) Phase 3: Following a Milestone C decision, there is a planned Initial Production and Deployment (IP&D) that contains three production options (1 year per option). Its anticipated the Production phase pricing will include Not To Exceed (NTE)costs for three production options which include a quantity range of 10,000 to20,000 per year. Interested respondents may obtain the following upon request and coordinationwith POC listed below. (Note: At a minimum, a Non-Disclosure Agreement (available upon request) signed and on file, a Form DD2345, and Form 1350 willbe required): -PGK-2 DRAFT Performance Specification -105MM Data Aero Coefficients -105MM Weapon/ Projectile Interface -155MM Data Aero Coefficients -155MM Weapon/ Projectile Interface -Interface Control Document (ICD) between Fuze Setter and Excalibur Increment Ib (M982E1) Extended Range Projectile, 12999868 -Operational analysis for 105mm Precision Guided Munitions -Lessons Learned Briefing for Gun Fired Smart Munitions -GPS User Equipment Interface Control Document -The Guided Integrated Fuze (GIF) RFP w/ alternative MOFA component TDP (s): HOB Portion of TDP -Physical Properties Interface Matrix of 105MM and 155MM Projectiles -An update on the ARDEC MEMS Safe and Arm efforts -155mm spin-stabilized artillery control authority report from ARL -GIF Anti-jam Performance Specification -DRAFT contract report on the ArrowTech Incorporated PRODAS upgrade-Control Mechanism Strategies for Spin Stabilized Projectiles The following information will be available after 30 JUN 09:-MITRE Anti-Jam and Anti-Spoof Assessment for the Precision Guidance Kit (PGK) (Unclassified Version)-Mayflower report on GPS up-finding with integrated anti-jam-DRAFT Common GPS form factor performance specification-Updated Physical Properties Interface Matrix of 105MM Projectiles with M1130 and M1/A1 interfaces This RFI is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of thisRFI. All information is to be submitted at no cost or obligation to theGovernment. The Government reserves the right to reject, in whole or in part,any private sector input as a result of this RFI. The Government is not obligated to notify respondents of the results of this RFI. Interested sources should submit their qualification data and requested information not later than 31 JUL 09 to ACC JM&L Contracting Center, CCJM-CA,ATTN: Procurement POC Wilson Au, Building 9, Picatinny, New Jersey 07806-5000,email wilson.au@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE30/W15QKN-09-X-0329/listing.html)
 
Record
SN01851821-W 20090624/090622235128-1dcbc449eca70718a1eb4c6d1cf98d5b (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 |
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.