SOURCES SOUGHT
12 -- Integrated Fire Control System
- Notice Date
- 7/9/2018
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens 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-02VX
- Archive Date
- 7/31/2018
- Point of Contact
- margaret b. reed, Phone: 9737243273
- E-Mail Address
-
margaret.b.reed.civ@mail.mil
(margaret.b.reed.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Survey / Sources Sought Notice Integrated Fire Control System (IFCS) W15QKN-18-X-02VX The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of Project Manager Soldier Weapons (PM SW) is conducting a market survey / sources sought to identify potential sources for an Integrated Fire Control System (IFCS) for the M3E1 Multi-role, Anti-armor, Anti-personnel, Weapon System (MAAWS) Recoilless Rifle. The M3E1 MAAWS recoilless rifle is currently produced by Saab AB, Karlskoga Sweden. Warfighters require a fire control device to increase probability of hit P(h) and decrease engagement time when using the M3E1 MAAWS. The fire control device is described as a direct-view optic that provides target acquisition, gun sighting, range to target, and an in-scope ballistic firing solution. The IFCS shall be used for engagements of targets in both day and night conditions, adverse weather, obscured visibility, and dirty battlefield conditions. Information for products that require integration or modification may be provided. The unit can also be a Non-Developmental-Item (NDI) or a Commercial-Off-The-Shelf (COTS) item. Respondents should identify if the potential solution requires development or integration and the projected amount of time needed to be compliant with the below requirements. Primary interest is in an IFCS that requires no modification to the weapons' configuration. However, information on an IFCS that requires minimal modification may also be provided. PM SW is looking for an IFCS with a Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of at least 6 System Requirements and Desired Objectives: • The IFCS shall interface with the M3E1 MAAWS recoilless rifle and be capable of quick mounting and dismounting while retaining bore sight. • The IFCS shall be ruggedized and maintain zero retention when host system is fired. • The IFCS system shall weigh less than 7 pounds. • The IFCS shall provide the User with an adjusted aim point overlaid to their direct view optic. Adjusted aim point shall compensate for variables required to accurately engage targets that include, but are not limited to: target range and elevation; atmospheric temperature and pressure; and ballistics of the weapon/ammunition selected. • The IFCS shall update the adjusted aim point displayed for a target moving up to 20kph (faster is desired) based on any combination of changes to range, azimuth, and elevation. • The IFCS shall enable the User to recognize and acquire range to vehicle-sized targets out to 1,300 meters. • The IFCS shall incorporate ballistic (firing) tables for the following ammunition types, which will be provided. o HE441D RS o HEDP 502 RS o TPT141 o 7.62mm Sub-caliber Training ammunition • The IFCS shall accommodate additional ballistic (firing) tables for future ammunition types. • The IFCS digital overlay display shall be cable of displaying information to the User. Information to display may include, but is not limited to range to target, weapon cant indication, projectile safe separation warning, and low power warning. • The IFCS shall use User changeable batteries from the CECOM Power Sources Center of Excellence (PSCoE) Preferred Battery List document. • The IFCS shall communicate with the M3E1 MAAWS rifle electronics to include a forward remote. IFCS communication with a round programmer for future ammunition types is desired. • The IFCS shall be compatible with current U.S. Army thermal and night vision devices. An IFCS with integrated thermal or night vision capability is desired. • The IFCS must survive in operational military environments in accordance with MIL-STD-810G. Evidence of IFCS compliance with Army requirements in MIL-STD-461G is desired. • Offeror evidence of compliance with quality standards, such as ISO 9000, is desired. • The offeror shall provide a low-risk schedule duration to provide at least six (6) test articles that meet the above requirements Response: Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. A rough order of magnitude of cost should be included. Interested companies are requested to submit a capabilities statement of 2-5 pages via e-mail by 30 July 2018 to the contract specialist. The Point of Contact for this notice is Barbara Reed, Contract Specialist at margaret.b.reed.civ@mail.mil. Phone calls will not be received. Vendor Questionnaire The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 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 requirement is 333314- Optical Instrument and Lens Manufacturing. Is your business considered a Small Business based on your NAICS Code? 6. Description of capability to develop and/or manufacture a system(s) to meet the criteria listed above. 7. Commerciality: (a) Our product as described above, has been sold, leased or licensed to the general public. (b) 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. (c) None of the above applies. Explain: 8. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 9. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 10. Identify existing facilities, equipment, and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 11. Identify lead-time, including supplier / design qualification efforts and production ramp-up time, to meet full capability for production and sustainment. 12. Please provide any additional comments. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL in response to this notice. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this market survey / sources sought notice, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. 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 market survey / sources sought is a Request for information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government now, or in the future. Inquiries regarding issuance of a solicitation will not receive a response. All information submitted in response to this announcement is voluntary and available to Government personnel only; the United States Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this market survey does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e3d261c52505b61c558f767bdac8617)
- Record
- SN04984208-W 20180711/180709231324-4e3d261c52505b61c558f767bdac8617 (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 |