SOURCES SOUGHT
13 -- PGK-2 Sources Sought
- Notice Date
- 6/18/2010
- Notice Type
- Sources Sought
- Contracting Office
- 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-10-X-0362
- Response Due
- 7/9/2010
- Archive Date
- 8/8/2010
- Point of Contact
- Charlotte Sylvain, Contract Specialist, (973)724-3955
- E-Mail Address
-
Charlotte Sylvain
(charlotte.sylvain@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 conducting a Market Research/Sources Sought Notice to locate firms with the capability to design, develop, integrate, and test a near-precision guidance kit prototype capable of a delivery accuracy of 30 meter Circular Error Probability (CEP) and compatible with current stockpiled US Government (USG) inventory of 105mm artillery projectiles. The USG may pursue awarding contracts that will assess the maturity of prototypes and the path required to achieve both Technology Readiness Level (TRL) 6 (demonstrated in an operationally relevant environment) and Manufacturing Readiness Level (MRL) 6 (demonstrated in a production relevant environment) in accordance with the Precision Guidance Kit Increment 2 (PGK-2) Draft Capabilities Development Document (DRAFT-CDD) Key Performance Parameters (KPPs) and Attributes. It should be noted that these KPPs and Attributes are potential candidates and have not been formally validated through the Army Capabilities Integration Center. The anticipated period of performance is 8 months and it is anticipated to be executed within Government Fiscal Year (FY12). The USG is interested in the respondents feedback in accordance with the PGK-2 DRAFT-CDD KPPs and Attributes and contract period of performance listed above for: 1.The ability to demonstrate Critical Technology Elements (CTE) categorized by function as Guidance and Control, Fuzing and Power in a relevant environment; a.What are the current Technology Readiness Levels in accordance with the DoD Technology Readiness Assessment Deskbook, dated July 2009, for each CTE?b.Are there any emerging technological developments in Guidance and Control CTE that can be applied?2.The ability to demonstrate CTE within a deep intrusion form factor (per PGK-2 DRAFT-CDD KPPs and Attributes) and delivery of up to 20 prototypes for full Guidance and Control demonstration plus up to 20 mass simulants for unguided flight demonstration delivered to a Government Proving Grounds within 8 months of contract award. If unable to meet deep intrusion requirement, include a discussion on intentions to utilize 105mm projectile body for power, data collection, overflow of packaging, etc. for the prototypes. If unable to set the prototype with Enhanced Portable Inductive Artillery Fuze Setter (EPIAFS) during the competitive prototyping phase, discuss the external resources required and their function. Note: Performance of the prototype Guidance and Control will be measured by ground instrumentation available at the proving grounds and provided by the Government such as high speed video, radar, copper crusher gauges, muzzle velocity radars, telemetry, and, survey data of projectile impacts. Either telemetry or On-Board Recorder data is required to demonstrate that the Guidance and Control is performing the proper function to successfully guide the projectile and needs to be provided by the respondent. 3.Identification of trade-offs (performance versus cost versus schedule) to meet all requirements in the PGK-2 DRAFT-CDD KPPs and Attributes;4.The ability of the design to meet the accuracy KPP for, at a minimum, threshold requirements for the M1, M760, and M913 under the following conditions (Provide supporting data and limiting factors such as maneuverability, GPS Acquisition time, and calculated CEP; use simulation data where possible): a.Short flight timeb.Low launch velocitiesc.Max ranged.High QE above 1100 mils5.The potential for gyroscopic instability and its impact on the accuracy performance (i.e., CEP) of the design based on the following firing scenarios: a.Low launch velocitiesb.Longest flight time c.Cold Atmosphere 6.The level of production realism, advanced technologies and newer manufacturing capabilities required to achieve a Manufacturing Readiness Level (MRL) 6 in accordance with the DoD Manufacturing Readiness Level Deskbook, dated 3 January 2010. Based on historical data, contractors ability to produce prototypes in a production relevant environment prior to Program Milestone (MS) B has been limited. The competitive prototyping requirements include demonstration of the contractors ability to meet MRL 6 thereby reducing risk during any future development phases and lowering overall system costs. Discussions should include:a.The capability to build the critical technology elements to support Guidance and Control, Power and Fuzing (e.g. size, tolerances, quality levels, processes, and testing) in the facility intended to be used during future production. b.Increased resources required to address manufacturing processes for integrating these critical technology elements into a full-up system should be presented. Interested respondents may obtain the following upon request and coordination with the POC listed below. (Note: A Non-Disclosure Agreement (available upon request) signed and on file and a Form DD2345 will be required): -Precision Guidance Kit Increment 2 (PGK-2) Draft Capabilities Development Document (DRAFT-CDD) Key Performance Parameters (KPPs) and Attributes-105MM Data Aero Coefficients -105MM Weapon/ Projectile Interface -Physical Properties Interface Matrix of 105MM and 155MM Projectiles This Market Research/Sources Sought 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 USG. No award will be made as a result of this Market Research/Sources Sought. The USG reserves the right to reject, in whole or in part, any private sector input as a result of this Market Research/Sources Sought. The USG is not obligated to notify respondents of the results of this Market Survey/Sources Sought. Interested sources should submit their capabilities/qualification data and requested information not later than 9 July 2010 to ACC JM&L Contracting Center, CCJM-CA, ATTN: Procurement POC Charlotte Sylvain, (973) 724- 3955, Building 9, Picatinny, New Jersey 07806-5000 or email charlotte.sylvain@us.army.mil Please include company name, address, telephone number, email address, technical point of contact, company size (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business) and brochures/literature. This is only a Market Research/Sources Sought Notice, not a pre-solicitation notice. If a formal solicitation is generated at a later date, a solicitation notice will be published. In addition, the Government does not plan to reimburse or pay for any information provided under this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9647d73105f00c544ff8bf2c824fd159)
- Record
- SN02182391-W 20100620/100618235057-9647d73105f00c544ff8bf2c824fd159 (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 |