SOURCES SOUGHT
10 -- 120mm Extended Range Mortar (ERM) System
- Notice Date
- 8/2/2018
- 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-039U
- Archive Date
- 10/1/2018
- Point of Contact
- Amy E. Kirzow, Phone: 9737244032
- E-Mail Address
-
amy.e.kirzow.civ@mail.mil
(amy.e.kirzow.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 Product Manager Precision Fires and Mortars (PdM PFM) and the Office of the Project Manager Combat Ammunition Systems (OPM CAS) is conducting a market survey to identify capable sources of producing a 120mm Extended Range Mortar (ERM) System for use as a replacement to the M120A1 System. The purpose of this market survey is to obtain current information on weapon technology that has been developed and tested to at least a Technology Readiness Level (TRL 5), per the DoD Technology Readiness Assessment Guidance. The potential solutions may make up the entirety of the system or include basic subsystems with a plan for integration into other existing systems. The basic technological components must be integrated with reasonably realistic supporting elements so it can be tested in a relevant environment. The technology must be able to be matured or developed to a TRL 6 level at which the system can be tested in the proposed environment within 12 months or sooner. The proposed prototype shall be demonstrated/delivered in Calendar Year (CY) 22. The potential solution shall have the required maturity level to enter into an Engineering & Manufacturing Development (E&MD) phase and be qualified to support production starting in CY26. The 120mm ERM shall provide responsive, accurate long range fire with the assistance of digital fire control similar to the M150 Mortar Fire Control System - Dismounted. It shall be responsive and compatible with or come with accompanying technology to replace the M326 Mortar Stowage kit. The 120mm ERM shall be rapidly deployable, integrated into a light-weight combat vehicle or towed behind it. If integrated into the vehicle, must include provisions to ground-mount when combat situation requires this. The 120mm ERM shall provide capability to fire existing munitions in addition to long range mortar projectiles in development. The 120mm ERM shall be ruggedized for continuous operation in a wide range of military and combat environments. Significant 120mm ERM System technical characteristics include: - The system weight, which is comprised of the bipod, baseplate and cannon, shall not exceed 400lbs for a threshold requirement. More specifically, the system must be man portable by the squad, with each member of the 4 man squad having a weight allocation of roughly 100lbs of this kit - The system range must be sufficient to address targets at 9km. In order to facilitate this capability, the system must be able to withstand interior ballistic pressures of 30ksi from a double based propellant for a threshold requirement when fired with a round that weighs 32lbs and achieves a muzzle velocity of 415m/s. - The system must be compatible with the existing 120mm Family of Munitions (FoM) for a threshold requirement with the objective of being compatible without alteration to the existing firing tables. - The system must limit blast effects and crew exposure to overpressure to acceptable limits in order to support the firing of up to 100 rounds per day. Furthermore, to be considered a capable source for the 120mm ERM System, all interested sources must submit a detailed proposed solution or deliver a mature subsystem that is ready for integration into the final product that can meet the following information: 1. Provide the organization's name, address, technical point of contact, phone number, e-mail address, and business size; 2. A proposed concept and/or technology and the implementation to meet the 120mm ERM System requirements. Interested parties shall specifically identify all deviations from the requirements along with proposed solutions for achieving compliance. All deviations shall discuss proposed engineering solution and associated risk assessment (to include cost, schedule, and performance risk). The response shall also describe the maturity of the concept and/or technology being proposed, describing any testing performed to date, if applicable; 3. A description of operating and maintenance procedures to include recommended inspection intervals and additional supporting equipment required for the safe operation of the system up until the durability requirement. Specific attention is to be paid to the determination of fatigue limits and condemnation to prevent catastrophic failure of the weapon; 4. A description of facilities/equipment, personnel (numbers, experience, specialized skill sets), environmental compliance, manufacturing processes, inspection capability, and Quality Management System certifications or standards used as it relates to the above efforts; 5. A description of the company's existing production capacity, their projected monthly production and delivery capability. 6. A general understanding of United States Government (USG) testing requirements and indirect fires; 7. Evidence of Quality Assurance in order to support this program; 8. Current and previous experience in designing relevant systems; 9. Provide a Rough Order of Magnitude (ROM) for the unit price of 100 Systems. Interested sources may coordinate with the Point of contact (POC) listed below. A Non‐Disclosure Agreement (available upon request), a DD2345, and Form 1350 must be submitted prior to receiving any requested supporting documentation for this market survey. This market survey is for informational and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government. All information submitted will be held in a confidential status. All submissions are requested to be made electronically NLT 45 calendar days from the date of this publication, September 16, 2018, by electronic mail to Amy Kirzow, amy.e.kirzow.civ@mail.mil. The Government will accept written questions by e-mail ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. 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 Research notice. All information provided will not be returned and will be held in a confidential status. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9af35399d217cac23bb3e3d40ff4fc48)
- Record
- SN05018207-W 20180804/180802231437-9af35399d217cac23bb3e3d40ff4fc48 (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 |