SOURCES SOUGHT
13 -- Precision Guidance Kit/Fuzing Solution
- Notice Date
- 5/2/2012
- Notice Type
- Sources Sought
- Contracting Office
- U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-A012
- Response Due
- 6/1/2012
- Archive Date
- 7/1/2012
- Point of Contact
- Donna Demarest, Contract Specialist, 973-724-9431
- E-Mail Address
-
Donna Demarest
(donna.demarest@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, N.J. 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 produce a precision guidance kit/fuzing solution capable of a delivery accuracy of 50 meter threshold / 30 meter objective Circular Error Probable (CEP) and compatible with current US inventory of 155mm M549A1 and M795 artillery projectiles, propellant and weapon systems as described in the Performance Requirement Document (PRD) Revision 11, Jan 11 for Precision Guidance Kit (PGK), Increment 1. The USG is contemplating multiple options to achieve best value full and open acquisition and is interested in the respondents feedback on the following courses of action to support a 2QFY16 Production: 1. Development of a qualified production source based on the current PGK Performance Specification PRD Revision 11, January 2011. Under this course of action the Government will award a proof of principle and qualification contract to more than one contractor; culminating with qualification and down select to production. The down select would be based on technical performance, qualification and production option pricing. Total period of performance is expected to be 30 months starting in FY13 for RDTE with Production Options starting in FY16) Responders are asked to specifically address the integration of the following capabilities to include 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 5,000 to 10,000 units per year. 2. Qualification of a second production source based on the PGK Technical Data Package (TDP). Under this course of action the Government would provide the TDP. Potential offerors will 'build to print' with qualification. The contract would be awarded based on information provided that will be assessed in accordance with the Technical Evaluation Plan (TEP). Within the TEP the Government will define a standard qualification program including tests, test quantities and timeline. Total period of performance is expected to be 30 months with Production Options starting in FY16. 3. Qualification of a second production source based on a Leader-Follower strategy. Under this course of action the Government would provide the TDP. Potential offerors will 'build to print' with qualification. Potential offerors would compete to become the Follower to the incumbent Leader. First year (FY16) production contract to be awarded 100% to Follower. The contract would be awarded based on the TEP. Incumbent producer will be contracted by the government to be Leader. Total period of performance is expected to be 26 Months with Production Options starting in FY16. Responders shall provide an appropriate Rough Order of Magnitude (ROM) cost estimate for each selected COA(s). ROM for COA 1 shall include pricing associated with providing TDP to the Government with Government Purpose Rights for all aspects of the solution in support of emerging mandates to maintain best value, full and open competition throughout the life cycle of DoD systems. ROM for COAs 2 and 3 shall also include pricing associated with changes to the TDP to maintain Government Purpose Rights. ROM for COA 1 shall include as a minimum i) material, ii) labor, iii) three-one year options. The proposed phased acquisition strategy for COA 1 is as follows: -Phase 1: Technology Demonstration is expected to be approximately twelve (12) months and consists of design maturation. -Phase 2: Completion of Engineering Manufacturing and Development (E&MD) is expected to be approximately eighteen (18) months to complete full qualification manufacturing readiness for a precision guidance kit/fuzing solution. Following a Milestone C decision, the Government will make a down select decision, which will include potential Initial Production and Deployment (IP&D) options (1 year per option) for 3 years with quantity range of 5,000 to 10,000 per year. This phase will include Production Verification and a First Article Test. ROM for COA 2 shall include as a minimum i) material, ii) labor, iii) three-one year options. The proposed phased acquisition strategy for COA 2 utilizing the government TDP is as follows: -Phase 1: Technology Maturation is expected to be approximately eighteen (18) months and consists of understanding the TDP, developing tooling and production process, and finalization of the design maturation. -Phase 2: Qualification and Production Readiness is expected to be approximately twelve (12) months to involve initial production representative units and a First Article Test. -Phase 3: There is a potential Initial Production and Deployment (IP&D) that contains three production options (1 year per option) with quantity range of 5,000 to 10,000 per year. ROM for COA 3 shall include as a minimum i) material, ii) labor, iii) three-one year options. The proposed phased acquisition strategy for COA 3 utilizing the Government TDP is as follows: -Phase 1: Technology Maturation is expected to be approximately fourteen (14) months and consists of understanding the TDP, developing tooling and production process, and finalization of the design maturation. -Phase 2: With the assistance of the incumbent producer, the Qualification and Production Readiness is expected to be approximately twelve (12) months to involve initial production representative units and a First Article Test. Successful FAT will result in award of one year production to the Follower. Potential follow on Production Options will be competed between Leader and Follower. Interested respondents may obtain the following upon request and coordination with POC listed below. A Non-Disclosure Agreement (available upon request) signed and on file, a DD2345, and Form 1350 at a minimum, will be required: PGK Performance Specification 155MM Data Aero Coefficients 155MM Weapon/ Projectile Interface Interface Control Document (ICD) between Fuze Setter and Excalibur Increment 1b (M982E1) Extended Range Projectile, 12999868 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 Excalibur Performance Spec Appendix C on countermeasure/anti-jam The following information will be available provided a Non-Disclosure Agreement (available upon request) is signed and on file and a DD2345 are submitted to POC listed below: Physical Properties Interface Matrix of 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 Classified responses to AJ inquires should be sent separately to SFAE-AMO-CAS, Bldg 172, Picatinny, New Jersey 07866-5000, ATTN: Mr. Philip J. Magnotti or Jason M. Travaille. Before the Performance Specification can be released, all interested sources must provide proof of (Secret) clearance. 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 this RFI. Reponses are expected to be tailored to address appropriately selected COA(s) and are not to exceed a total of 10 pages in length per submission. An Industry Day is planned to be conducted at Picatinny Arsenal in 4QFY12 with One on One meeting sessions for further clarification. Information to follow. All information is to be submitted at no cost or obligation to the Government. 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 1 June 2012 to Donna Demarest, Contract Specialist, ACC-NJ-CA, Building 10, Picatinny, New Jersey 07806-5000, email: donna.demarest@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d297c81451fe606b61cc31573e6fc09)
- Record
- SN02737633-W 20120504/120503000137-8d297c81451fe606b61cc31573e6fc09 (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 |