Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2017 FBO #5829
SOURCES SOUGHT

13 -- Shoulder-Launch Multipurpose Assault Weapon (SMAW) Rounds

Notice Date
11/6/2017
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-18-X-00JH
 
Archive Date
12/22/2017
 
Point of Contact
Norman R. Bonano, , Evangelina Tillyros,
 
E-Mail Address
norman.r.bonano.civ@mail.mil, evangelina.c.tillyros.civ@mail.mil
(norman.r.bonano.civ@mail.mil, evangelina.c.tillyros.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement (Market Survey) W15QKN-18-X-00JH INTRODUCTION The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Army Program Manager Close Combat systems (PM CCS) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the manufacture, inspect, test, and deliver the family of Shoulder-Launch Multipurpose Assault Weapon (SMAW) Rounds: 1) DODIC HX05, Rocket, 83mm, High Explosive Dual-Purpose (HEDP) MK3 Mod 0, NSN: 1340-01-158-0577 2) DODIC HX07, Rocket, 83mm, Common Practice (CP), MK 7 Mod 0, NSN: 1340-01-227-8871 3) DODIC HA34, Rocket, 83mm, Novel Explosive (NE) MK 80 Mod 0, NSN: 1340-01-503-0809 The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Potential sources include their capabilities to procure, fabricate, load, assemble, pack, inspect/test, and deliver the SMAW Rounds. Past experience with the SMAW program and other similar programs is requested to assess a potential source's ability to provide deliverable end items in accordance with a Statement of Work (SOW), U.S. Army engineering drawings, detailed specification(s), Special Packaging Instructions (SPI), and Contract Data Requirements List (CDRL). The Government owned drawings for the SMAW Rounds are marked Limited Distribution D, with distribution authorized to the Department of Defense and U.S. DoD contractors only. In addition, the SMAW Rounds technical data contains items whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. This is being provided for informational purposes only and no drawings will be provided as part of this Sources Sought. The Shoulder-Launched Multipurpose Assault Weapon (SMAW) System is a direct fire, infantry assault and armored vehicle weapon used to destroy fortified bunkers and urban structures. The SMAW System is comprised of a reusable launcher, sight, spotting rifle, and a family of four rounds. The three (3) rounds come packaged one to a disposable encasement, which comprises the rear half of the launch tube and is packaged with a magazine of ammunition for the spotting rifle. Each round is described below: 1. The Rocket, 83mm, High Explosive Dual-Purpose (HEDP) MK3 Mod 0 is used against bunkers, urban structures and light armor. It has a range from 17m to 500m. The Dual Mode warhead is loaded with 2.3 pounds of aluminized Composition A-3 explosive which automatically senses the target type and selects the mode accordingly. For hard targets (e.g. light armor, concrete, brick, etc.) the warhead will immediately function upon crushing. Soft targets (e.g. sand bag covered bunkers) will cause the warhead to function in the delay mode to penetrate and increases the heaving capability of the warhead. The spotting cartridge clip is recessed into the foam spacer occupied in the space between end cap and the front of the warhead. 2. The Rocket, 83mm, Common Practice (CP), MK 7 Mod 0 is used for training and simulates both the DM rounds. It consists of an inert warhead mounted to the same rocket motor on the DM and HEAA round. The plastic warhead contains a marking powder to clearly show point of impact during training. It is fired from the same encasement as the tactical rounds and contains ballistically matched spotting rounds. 3. The Rocket, 83mm, Novel Explosive (NE) MK 80 Mod 0 provides enhanced blast capability against caves and urban structures. It has a range from 50m to 300m and contains 4.0 pounds of PBXN-113 explosive. It is similar in functioning to the HEDP although it is designed to function at higher impact angles. Due to the greater length of the round, the spotting cartridge clip is stored in the cavity mold on the outside of the end cap. The North American Industry Classification (NAICS) Code for the SMAW rounds is 332993, Ammunition (Except Small Arms) Manufacturing. All responses should be prepared in MS Word or PDF format, limited to ten (10) pages (test results may be included as attachments). Responses should also include a cover letter (not included in the page count), and, at a minimum, address the following: 1. Provide sufficient information to support the company's claim that it presently has the technology, qualifications, and capabilities to produce the SMAW Round variants. The response shall indicate how the interested party(ies) have achieved a level of technical maturity such that they are capable of meeting the above requirements and successfully completing a Government Qualification program without additional research and development or development of manufacturing processes. Define the current level of manufacturing maturity and identify maturity shortfalls and associated risks. What is manufacturing readiness level for all the major subcomponents? 2. Provide a description of existing and required facilities/equipment, manufacturing processes, inspection capability, personnel, past experience, and current production capabilities (including minimum sustainable and maximum attainable monthly production rates of the above described rounds or any similar SMAW rounds). In addition, provide a Minimum Procurement Quantity (MPQ) required for economical production. 3. Provide a point of contact for your Company which will include: the corporate point of contact's name, address, website (if available), phone number, and email address. Companies are to state their NAICS Code, Cage Code and Duns Number. 4. Provide the respondents business size as it applies to NAICS code 332993 and any socio-economic considerations. 5. Provide history of similar services that your company has provided to other government agencies or other non-government customers. If applicable, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.). If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted. 6. Respondents should identify any subcontractors involved in in the production of the SMAW rounds and an approximate delivery of each item after award. This market survey is for information and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the U.S. Government. No award will be made as a result of this market survey. 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 the market survey. The Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. The information provided will only be used in developing an acquisition approach for future support by the U.S. Government. All information submitted will be held in a confidential status. The Government is not obligated to notify respondents of the results of this survey. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Interested sources should submit their qualification data and requested information no later than 1700 hours Eastern Time on 7 December 2017 by email to norman.r.bonano.civ@mail.mil and evangelina.c.tillyros.civ@mail.mil. Email submittals must be restricted to a maximum file size of 8MB and should be in MS Word or PDF format. In the event that the email submission is larger than 8MB, separate into multiple emails. Interested sources may also submit their response to US Army Contracting Command, Picatinny Arsenal, New Jersey, ATTN Evangelina Tillyros, Building 10, Picatinny Arsenal, New Jersey 07806-5000. Telephone responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bbca202365cefff517ecb9429abff3e6)
 
Record
SN04732404-W 20171108/171106231000-bbca202365cefff517ecb9429abff3e6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.