SOURCES SOUGHT
13 -- Precision Guidance Kit (PGK)
- Notice Date
- 7/10/2014
- Notice Type
- Sources Sought
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-X-3046
- Response Due
- 8/29/2014
- Archive Date
- 9/28/2014
- Point of Contact
- Michael Anthony, 973-724-3432
- E-Mail Address
-
ACC - New Jersey
(michael.j.anthony40.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM-CAS) is conducting a source sought synopsis to identify qualified sources to produce Precision Guidance Kits (PGKs). The PGK is designed to be compatible with the M549A1 and M795 155mm high explosive projectiles. PGK is fired from the M109A6 (Paladin) and M777A2 (lightweight) 155mm howitzers. PGK will interface with fire control systems on both 155mm platforms through the M1155A1 Enhanced Portable Inductive Artillery Fuze Setter (EPIAFS) prior to launch and the Global Positioning System (GPS) constellation while in flight. Mission data that identifies firing and target location is transmitted digitally from the howitzer platform fire control through EPIAFS and inductively into PGK. PGK is included in the Advanced Field Artillery Tactical Data System (AFATDS) system, to allow use by the digital fire support command and control system. The PGK must meet all requirements per Performance Requirements Document (PRD) Revision 12 dated 12 March 2013 (available upon request) and address the specific areas listed below. In order to assess the maturity of industry designs to enter into production, respondents shall describe in detail how their PGK solution meets the PRD. Respondents shall include their ability to begin production in US Government Fiscal Year 2016/2017 (FY16/FY17) and produce a 90 sample First Article Acceptance Test (FAAT). Upon successful completion of FAAT, production quantities are planned to be at least 4,000 and up to 10,000 for production year 1; and 8,000 up to 15,000 per year for four follow on production years. The production rate is 200 to 600 per month for the first year up to 1,000 per month for follow-on years. Production readiness will be evaluated with consideration placed on the contractor's use of in line production monitoring and inspection at component, sub assembly and final assembly testing as well electronic stress testing. Interested parties are requested to provide substantiation of how their design has demonstrated the Technology Readiness Level (TRL) 7 - System prototype demonstration in an operational environment or TRL 8 - Actual system completed and qualified through test and demonstration in accordance with the Department of Defense Technology Readiness Assessment (TRA) guidance dated April 2011. Interested parties shall substantiate the Manufacturing Readiness Level(s) (MRL) 6 or better with a path to meet MRL 9 per OSD Manufacturing Technology Program. Interested parties are also requested to include substantiation for meeting requirements within PRD rev 12 to include: - Reliability; - Maximum and minimum effective range (including all ranges and QEs to include any gaps or potential lower performance scenarios); - Accuracy Circular Error Probability (CEP) - Meteorological (MET) weather conditions - GPS Anti Jam - Storage temperature range -60 F to +160 F - Operational temperature range -25 F to +145 F - Inductive set less than 13 seconds - Intrusion Depth - Set/Reset greater than 15 days after initial set - EPIAFS interface without a removal/discardable adapter - Integral Telemetry - Fire control interface requirements for operations - Upgradability of the design (modularity of major components and obsolescence) and - Identify and mark appropriately any proprietary information submitted. If new facilities are planned or required to meet the production requirements of this production program, so state, along with the detailed plans and costs to meet the US Army delivery requirements. Interested contractors who feel that they have the necessary capabilities should respond by providing the following information in the timeframe established below: 1) Description of Facilities, Personnel, Manufacturing Capabilities and how they directly relate to the PGK solution they plan to offer to the USG 2) Estimated minimum and maximum monthly production capacities, and the minimum procurement quantity required for production; and 3) Respondents shall state if they are currently manufacturing this item or have made this item or similar items in the past; 4) Business size as it applies to NAICS code 332993 size standard 1,500 employees. Additionally, interested small business contractors should address if manufacturing resources are shared with other item/production lines and identify the approximate amount shared. Interested parties are also requested to provide a Rough Order of Magnitude for the Unit Price of a quantity of 10,000/per year for year one and a quantity of 15,000 per year thereafter. Interested respondents may obtain the PRD upon request and coordination with POC listed below. A Non-Disclosure Agreement (available upon request) a DD2345, and a Form 1350 must be submitted prior to receiving the PRD. This notice is for information and planning purposes only, and does not constitute a Request for Proposal. It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this Market Research/ Sources Sought Notice. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Research/ Sources Sought Notice. The Government is not obligated to notify respondents of the results of this Market Research/ Sources Sought Notice. Interested sources should submit their qualification data and requested information not later than 29 AUG 2014. The requested information should be sent to Michael Anthony, ACC-NJ-CA Bldg. 10, Picatinny Arsenal, NJ 07806-5000, michael.j.anthony40.civ@mail.mil in electronic CD format. Telephone inquires will not be accepted. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information submitted will be held in a confidential status.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ced83ae2f9bdb60d9ff262f804059cb6)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03421637-W 20140712/140711000029-ced83ae2f9bdb60d9ff262f804059cb6 (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 |