SOURCES SOUGHT
13 -- Request for Information, Small Guided Munitions for Rotary Wing and Unmanned Aircraft Systems - RFI Summary Table
- Notice Date
- 2/8/2016
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-16-R-0088
- Archive Date
- 3/25/2016
- Point of Contact
- Dortha L. Kelley, Phone: 2568427252, Andrea S. DIxon, Phone: 2569550115
- E-Mail Address
-
dortha.l.kelley.civ@mail.mil, andrea.s.dixon1.civ@mail.mil
(dortha.l.kelley.civ@mail.mil, andrea.s.dixon1.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Required supplemental information The Program Executive Office (PEO) Missiles and Space (M&S), Program Management (PM) Joint Attack Munition Systems (JAMS), on behalf of the Warfighter, seeks information from Contractors and Government agencies on non-developmental weapons systems ready for qualification, production, and suitable for integration on currently fielded Army Rotary Wing (RW) and Unmanned Aircraft Systems (UAS). Potential weapons systems (including launcher) must be precision capable and demonstrated at a minimum System Technology Readiness Level of 5: prototype demonstration in a relevant environment. The primary interest is in weapon concepts approximately 60 lbs. or less total fly-away (munition only) weight with a desired goal of 25 lbs. or less total fly-away weight. The weapons system should be able to engage stationary and moving targets such as lightly armored vehicles, fleeting light vehicles and dismounted combatants in day and night conditions with low collateral damage. The response needs to address the following areas: 1. Give a top level system description to include the munition and its weight, size, power required, seeker, and warhead type; 2. Operational concept of weapon(s) 3. Weapons mechanical, electrical, and communications interface 4. Identify unique interface requirements for the target acquisition subsystem; 5. Identify unique interface requirements for the launcher subsystem 6. Identify production capacities; 7. Environmental survivability (MIL-STD-810G) in worldwide conditions (AR 70-38); 8. Logistics requirements to include, but not limited to (supply, maintenance, transportation, shelf life, training). 9. Software and hardware integration impacts to the existing fleet of RW and/or UAS; 10. Engagement capabilities that include: engagement time, min and max ranges, rate of fire, off-axis launch capability, impact accuracy, regret avoidance capability, and collateral damage mitigation; 11. Lethality against the intended targets 12. Human factors required for weapons/ordnance handling and employment; 13. Munition and launcher weight 14. Number of munitions per launcher 15. Provide an assessment of the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of your product including key subsystems such as: the seeker or guidance mechanism employed; safe, arm, and fire device; etc. Substantiate TRL claims including descriptions of test and evaluation events associated with weapon design. Substantiate MRL assessment according to the criteria in the DoD Manufacturing Readiness Level Deskbook v2.4. 16. Indicate readiness and willingness to conduct a test flight from a UAS within 3-6 months of RFI 17. Add - Please provide list of any materiels or solvents used in the manufacture or support of the system that are contained in EPA 17 List, any Class I Ozone Depleting Chemical/Ozone Depleting Substances (ODC/ODS), or unacceptable ODC/ODS solvents. These lists can be found at: http://www.epa.gov/ozone/ods.html, http://www.epa.gov/ozone/snap/lists/index.html, and http://www.epa.gov/opptintr/3350/33finb1.htm Provide a detailed description of your product with system performance data to the extent available and relevant test data, collected within the last 10 years, demonstrating the performance, Technology Readiness Level, and Manufacturing Readiness Level of the product. In addition to the written description and test data, summary information in a format similar to the Attachment is desired. Items listed in the Attachment do not constitute evaluation criteria, and will be used for information purposes only. All respondents will be invited to an Industry Event and provided an opportunity to privately brief their product to a team of Government and Government Support Contractor Subject Matter Experts. The content of the briefing should include an overview of the system and a detailed description of the performance, including all relevant test data substantiating performance, Technology Readiness Level and Manufacturing Readiness Level. Responses to this Request for Information (RFI) will be used for information and planning purposes only and does not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this request for information. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review. Responses to this RFI are Not-to-Exceed (NTE) 20 single-sided pages in length on 8.5 x 11 paper with a font size no smaller than Arial 10 and are requested via electronic media. Test data or reports substantiating the performance, Technology Readiness Level, and Manufacturing Readiness Level should be included as attachments and is limited to 100 pages and no more than 30 minutes of audio and video. The summary information provided in the Attachment does not count against the page limits. All information must be provided readable by MS Word 2003, MS Excel 2003, or Adobe Acrobat and be provided with proper markings for classified and proprietary information. If your submittal contains classified information, it should be properly labeled handled and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Responses should include: a. Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address b. Point of contact, including: name, title, phone, and email address c. Size of company, average annual revenue for the past three years, and number of employees d. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business It is intended that this RFI will be open for 30 calendar days from date of publication. Information may be submitted by a governmental or non-governmental entity including commercial firms, institutions of higher education and with degree granting - program in science and/or engineering (universities), or consortia led by such concerns. The Government encourages participation by small business (including Alaska Native Corporations (ANCs) and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. NOTE: If the interested party is a foreign concern, or if a US interested party has a team member or partner who is a foreign entity, then they will need to adhere to all International Traffic in Arms Regulations (ITAR) requirements. All submittals will be treated (and marked) at a minimum as For Official Use Only. No email submissions will be accepted. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI will not be returned. It is requested that the responses be postmarked by 10 March 2016 on numbered and labeled CD or DVD readable and/or executable under Microsoft Windows 7, double wrapped in accordance with the NISPOM, to: Unclassified Information: U.S. Army Contracting Command - Redstone CCAM-TM-A/ATTN: Dortha Kelley Building 5303 Martin Road Redstone Arsenal, AL 35898-5000 Classified Information: Joint Attack Munition Systems Project Office ATTN: SFAE-MSL-JAS/ATTN: JAMS Security 5250 Martin Rd Redstone Arsenal, AL 35898 All respondents are encouraged to submit any questions relative to this request for Information within 15 calendar days of RFI release to Dortha Kelley, email: dortha.l.kelley.civ@mail.mil.Inquiries must be submitted in writing. No extensions to the RFI response period will be granted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5a8b32deb333ec23a5008dc7c4434eab)
- Place of Performance
- Address: Location to be determined., United States
- Record
- SN04013115-W 20160210/160208234406-5a8b32deb333ec23a5008dc7c4434eab (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 |