SOURCES SOUGHT
10 -- Engineering and Manufacturing Development Phase of the Counter Defilade Target Engagement System.
- Notice Date
- 9/22/2009
- Notice Type
- Sources Sought
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB09SS01
- Response Due
- 10/30/2009
- Archive Date
- 12/29/2009
- Point of Contact
- Mitzi Wall, 410-278-0868
- E-Mail Address
-
RDECOM Acquisition Center - Aberdeen
(mitzi.wall@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a source-sought notice and does not constitute a solicitation for proposal.The Product Manager for Individual Weapons is seeking sources for the execution of the Engineering and Manufacturing Development (EMD) Phase of the Counter Defilade Target Engagement (CDTE) System. The CDTE is the next generation infantry weapon that combines a 25mm family of ammunition, including a High Explosive Air Bursting (HEAB) capability; a ruggedized compact single integrated full solution day/night Target Acquisition/Fire Control (TA/FC) capable of operations without environmentally caused degradation of performance; and a man fired 25mm weapon platform capable that provides the ability to provide communications and inputs to the ballistic solution while allowing the shoulder firing of a 25mm round. The EMD Phase of the CDTE is planned to begin in FY10 and last approximately 2 years. The Product Manager foresees complex issues integrating designs and requirements of the weapon, ammunition, TA/FC, and training during the development and future production phases. All system requirements are threshold levels unless otherwise noted. The Government is seeking sources that will satisfy the requirements of the CDTE System listed in this Sources Sought Announcement. Offerors must to be able to clearly demonstrate a minimum Technology Readiness Level (TRL) six and provide a go forward plan that addresses all areas listed below for the TA/FC, weapon, and ammunition components of the overall CDTE System. System The overall length of the CDTE system shall not exceed the length of 34 inches. The CDTE system shall weigh less than 14.0 lbs with the weapon, TA/FC, power supply, and sling. The CDTE shall be effective from the standing, kneeling and prone positions and engage targets within six seconds of engagement decision. The CDTE, while firing the HEAB round, shall have a high probability of incapacitating defilade and exposed point targets from 0-500 meters. The CDTE system will possess a high degree of reliability throughout the two back-to-back 96-hour combat engagements. The CDTE shall possess sufficient ruggedness to withstand military use to include ground-based, airborne and shipboard operations without degrading the operation and safety performance of the weapon system or components. The CDTE shall operate in all environments, including but not limited to, salt air/sea spray, high humidity, cold weather, and sand/dust environments. The operational temperature range for the CDTE Airburst Weapon System (weapon, ammunition and TA/FC) is 50F to 120F. The system design and operational characteristics shall not degrade the safety of users nor increase the risk of damage to the system. Safety, health, environmental, fire, and ergonomic hazards associated with the use, maintenance, transportation, storage, handling, and demilitarization of the system must be controlled to an acceptable level. Recoil will not exceed shoulder fired recoil limits for safe operation for the individual Warfighter. Target Acquisition/Fire Control (TA/FC) The TA/FC for the CDTE shall have direct view magnified optic and thermal sighting modes with an automatic ballistically adjusted reticle that can provide a high probability of recognizing targets in clear daytime/nighttime conditions and in an obscurant based environment. The TA/FC shall also include a laser range finder, Infrared (IR) pointer/illuminator, an electronic compass for bearing, cant and tilt sensors, an environmental sensor suite, a fuze setter and an internal display. The TA/FC shall 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. The TA/FC shall have a laser range finder that can accurately determine ranges to targets out to 600 meters plus or minus one meter under standard seven kilometer visibility. The TA/FC shall have a dual infrared laser aiming light and infrared laser illuminator pointer. The infrared laser aiming light and infrared laser illuminator pointer shall have a range in starlight conditions of 600 meters minimum in the eye-safe mode for both the aiming light and the illuminator. It shall also have a range in starlight conditions of 1,000 meters minimum in the high power mode for both the aiming light and the illuminator. The illuminator shall be able to illuminate a 10-meter (diameter) target at ranges from 60 to 900 meters in starlight conditions. The Field of View (FOV) for all TA/FC modes shall allow for maximum situational awareness. The TA/FC shall allow for alignment of the fire control (zeroing). The TA/FC, while attached to the weapon, must maintain zero over a 192 hour a battle scenario while being transported by normal military means. Zero repeatability shall be demonstrated when the TA/FC is removed and reinstalled on the weapon. The gunner shall be capable of cycling through the TA/FC firing control selections without removing the firing hand from the weapons grips. All controls and switches shall simplify identification and selection during darkness and adverse conditions. Selection among ranging controls, range manipulation, display/menu operation, safe, arm, and firing modes must be clear and distinct, not easily selected by accident. Controls must be positioned to easily discern function. The TA/FC shall provide the Warfighter with an adjustment capability to override, increase, or decrease the determined range distance in no more than 1 meter increments. This information shall be used in target data calculations and displayed in the TA/FC. The CDTE resident accessories shall operate from a removable, rechargeable common type power source with resources available for recharging batteries. The CDTE shall have a built-in visual indicator which depicts current power levels. The system power source and integrated system power management shall achieve a system battery life, with all functions on, of 12 continuous mission hours. The CDTE weapon shall be able to function without power. The TA/FC will have embedded diagnostics that can identify errors or faults down to the Line Replaceable Unit/Line Replaceable Module (LRU/LRM) level. Weapon The CDTE shall consist of a shoulder-fired, semi-automatic weapon with a single trigger and selector switch that operates the system and interacts with the TA/FCs automatic fuze programming. The weapon shall fire the HEAB ammunition in all fuzing modes. The rate of fire for setting the HEAB fuze shall be no less than 120 rounds per minute. The barrel life shall be greater than or equal to 2,500 rounds. The weapon shall provide the Warfighter with an adjustment capability to increase, or decrease determined range distance in no more than 1 meter increments. All takedown pins on the CDTE shall be captive. The CDTE shall be field strippable for normal care and cleaning with tools found in the common small arms cleaning kit. CDTE weapon parts shall be designed so that incorrect assembly is highly improbable. The CDTE shall be capable of ambidextrous configuration without degradation of performance or safety to include controls/selector levers and magazine. Ejection of cartridges must not pose a hazard to either left or right handed firers. Such configuration may take place at the unit level and may rely on interchangeable parts. The CDTE shall have a backup capability used in the event the TA/FC becomes damaged, inoperable, or loses power. The emergency sight shall enable Warfighters to engage targets out to 300 meters without removal of the TA/FC. The CDTE shall use a ruggedized and reliable magazine. The magazine shall permit rapid visual determination of the number of rounds loaded. It must not require any special tools to load and be able to be disassembled for maintenance with tools found in the common small arms cleaning kit. The magazine openings shall be designed to permit easy magazine insertion and it shall be impossible to insert the magazines into the weapon in other than the correct orientation. Minimum magazine capacity is four rounds. The CDTE shall provide for mounting an adjustable/removable forward, vertical handgrip or bipod that accommodates the 5th-95th-percentile Warfighter. Ammunition The CDTE have a family of munitions: HEAB, Armor Piercing (AP), non-lethal, Target Practice (TP), and anti-personnel munitions. The HEAB ammunition shall have a settable fuze that interacts with the TA/FCs automatic fuze programming circuit. The HEAB munition shall be capable of engaging area targets @ 800 meters. The HEAB round shall not arm within safe separation distance of the weapon. The HEAB munition shall have a point-detonating default regardless of primary fuze setting. The HEAB munition shall be capable of self-destruction or self-neutralization. The CDTE shall be capable of firing AP ammunition with a high probability of hitting and penetrating lightly armored vehicle (BTR-90 Class) up to 500 meters. The CDTE system will have a munition capable of breaching wood doors, windows, and gates at 50 meters The CDTE shall have an Airburst Non-Lethal (ABNL) munition capable of producing reversible area effects up to 100 meters. The CDTE shall have a point non-lethal munition with ranges up to 100 meters. The CDTE shall have a Target Practice (TP) cartridge, for training use, that shall match the HEAB ballistic profile. Responses to this Sources Sought Announcement The government is interested only in those potential offerors who have specific knowledge with this subject matter and have experience to conduct successful EMD 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 successful EMD phase. The Government understands that the sum of all efforts referred to in this Sources Sought Announcement may not necessarily 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. 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. 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 the performance of this effort. The Government requests that the following accompany any submission: " A video that clearly depicts the system performance and/or technological capabilities. The total length shall be no greater than 15 minutes. DVD format only. " Detailed descriptions of the complete system and individual components to include drawings, pictures, brochures, etc. that will convey the operating principles as well as general and specific system capabilities. " Descriptions of any past or current contracts whose deliverables satisfy items covered in this announcement, either whole or in part. " A description/matrix of how proposed system meets requirements listed above. " Summarized and detailed test data from any test facility that addresses any and all requirements listed herein and substantiate/confirm the stated TRL. Along with this, test operating procedures and independent system evaluations are solicited. " The Contractors position on data rights. Specifically, the minimum requirements for Government Purpose Limited Rights (GPLR) to enable future competitive procurements. The Governments intent is to pursue future competition in production. " A breakout of all subcontractors/vendors that will be supplying hardware and/or expertise into the final system. " Overall program schedule to include delivery of initial test quantities for pre-production testing. " Target unit cost for test quantities. Test quantities are not anticipated to be greater than 50 complete systems. " Submissions shall not exceed 50 pages (8 X 11), not including test data. " Font shall be 12-pitch with one-inch borders. Interested offerors should submit the information annotated above, in hard copy, no later than October 30, 2009 to: PM Individual Weapons Attn: Andrew Cline Bldg 151 Picatinny Arsenal, NJ 07806-5000 All information is to be submitted at no cost or obligation to the Government. Documentation provided to the Government will not be returned. Respondents to this notice will not be notified either of the receipt of the assessment of the information submitted. This is a sources sought notice only. It is for planning purposes only and should not be construed as a request for proposal or a commitment by the United States Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. All responses are to be submitted in digitized format using either a direct transmission via electronic mail or compact disk sent via the U.S. Mail or Federal Express. Electronic responses are preferred. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to Andrew.h.cline@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD05/W91CRB09SS01/listing.html)
- Place of Performance
- Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN01965578-W 20090924/090923002004-a28ab32005c2eb3c9a2d362dca0fe3d7 (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 |