SOURCES SOUGHT
10 -- Sources Sought for Lightweight Remote Weapon Station
- Notice Date
- 4/26/2018
- Notice Type
- Sources Sought
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories 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-026X
- Archive Date
- 6/8/2018
- Point of Contact
- Jessica Colaneri, , Tariq Miakhel,
- E-Mail Address
-
jessica.d.colaneri.civ@mail.mil, tariq.m.miakhel.civ@mail.mil
(jessica.d.colaneri.civ@mail.mil, tariq.m.miakhel.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY - This Request for Information (RFI) notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment for the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provide to the United States Government. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on FBO.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The U.S. Army Contracting Command - New Jersey at Picatinny Arsenal, in support of the Product Manager Crew Served Weapons (PM CSW) of Project Manager Soldier Weapons, is seeking information on sources capable of manufacturing or that possess Light Weight Remote Weapon Stations which integrate various weapons as outlined below for use on lightweight vehicles, unmanned ground vehicles and small vessels. Information is being sought for ruggedized/militarized system with high technology and manufacturing readiness levels that meet the following criteria: Weapon Station Description: Weapon integration: • M240B/L, M249 - (T) • M2A1, M134 Minigun, 40mm GMG - (O) Sensors: • Day Camera/Thermal camera with Human Sized identification (70% Confidence) to max effective range of the Threshold weapons - (T) • Day Camera/Thermal camera with Human Sized identification (70% Confidence) to 1000m past the max effective range of the M2A1 Weapon - (O) • Laser Range Finder 4000m (T), 10,000 (O) • Vis Aim/IR Pointer (O) o IR Pointer visible to operator in both day and night conditions (O) Platform Integration: • Compatible with combat vehicle platforms (T), using a Pintel Mounting System (O) • System must have ability to allow for "No-Fire Zones" and "No Traverse Zones" in both azimuth and elevation (T) • Must be able to be manually operate from Weapon Station in the event of a power loss (T) • Wireless Control Capability (T) • Weapon station weight under 100 pounds (without weapons and ammo) (O) • Weapon station installable by one person under 10 minutes (O) SUBMISSION INFORMATION: Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages. Information papers can be submitted in a white paper format. Characteristics: Provide the following system information: Ammunition capacity of all integrated weapons Sensor characteristics Fields of View Detect and identification ranges (70% Conf) Passive/active Pixel density Type of technology/sensor Laser Range Finder wavelength System weight (control unit and weapon station separately) Power requirement Input voltage Power draw (steady state, peak transient, startup, etc.) Include whether MIL-STD-1275E compliant Swept weapon station volume Stabilization performance (if applicable) Environmental Specifications Operating temperatures Storage temperatures Vibration Submergence Thermal shock Drop test Altitude Sand/dust Electromagnetic compatibility Etc. Prior Military Sales for stated product, if applicable: Program name(s) US military or foreign military (specify country or countries) US Government Contract number(s) US Government Point of Contact (Name, Email, Phone, Organization) Quantities sold to the Military Description: Standalone or as part of larger system Technology Readiness Level: Describe the Technology Readiness Level of the system. Describe the system technology risks and the system level qualification testing performed to include test specifications and levels (for example temperature, vibration profiles, accuracy, and etc.). Status of Qualification Manufacturing Readiness Level: Clearly identify and substantiate the Manufacturing Readiness Level as identified in the Manufacturing Readiness Level Deskbook Version 2 (http://www.dodmrl.com/MRL_Deskbook_V2.pdf) of the system and sub-systems. Describe the maturity plan's allocated resources, risks, and schedule from contract award to production representative units (low rate initial production) and to full rate production to include monthly production capacity. Cost: Provide system unit cost to include any necessary ancillary equipment for the following quantity ranges: 1-25, 26-100, 101-200, and 201+ Vendor Questionnaire: 1. Company Name 2. Company Address 3. Company point of contact and phone number 4. Major partners or Suppliers 5. The North American Industry Classification System (NAICS) code for this effort is 332994. With small business size standard of 1,000 employees. Based on this information is your business considered a small business? 6. Commerciality: ( ) Our product as described above, has been sold leased or licensed to the general pubic ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense ( ) None of the above applies. Explain. 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location) 8. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required) 10. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment 11. Please provide any additional comments Response: Firms/Companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and rough indication of pricing. A TECHNICAL DATA PACKAGE (TDP) WILL NOT BE PROVIDED IN SUPPORT OF THIS ANNOUNCEMENT. DO NOT SUBMIT CLASSIFIED MATERIAL. All information is to be submitted at no cost or obligation to the United States Government. Any hardcopy information provided will not be returned. All interested parties should provide this information within 40 days of this notice to: US Army Contracting Command - New Jersey ATTN: Jessica Colaneri / Tariq Miakhel Bldg 9, ACC-NJ-SW Picatinny Arsenal, NJ 07806-5000 or by email to: jessica.d.colaneri.civ@mail.mil and tariq.m.miakhel.civ@mail.mil. NO TELEPHONE INQUIRES WILL BE ACCEPTED. The Government will accept written questions by email. The information collected from this RFI notice may be used to support any CROWS follow on acquisitions. All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb986b247ae2ace7c6292c05fd7dc658)
- Record
- SN04902478-W 20180428/180426231033-bb986b247ae2ace7c6292c05fd7dc658 (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 |