Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2019 FBO #6529
SOURCES SOUGHT

12 -- FIRECON PRO MKT SURVEY

Notice Date
10/9/2019
 
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
W15QKN19R08J9
 
Archive Date
12/14/2019
 
Point of Contact
Mark T. Bobitka, Phone: 9737245368
 
E-Mail Address
mark.t.bobitka.civ@mail.mil
(mark.t.bobitka.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
FY22-27: Mortar Fire Control Systems (MFCS) and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) services (Market Survey) The U.S. Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager for Combat Ammunition Systems (PM CAS) is conducting a market survey to identify all potential qualified sources that are capable of providing a range of activities to include Mortar Fire Control Systems (MFCS) and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) services starting in First Quarter (1Q) Fiscal Year (FY) 2022. The MFCS Hardware elements consist of the M95/M96 MFCS (Mounted), the M150/M151 MFCS (Dismounted) and similar variants, digital aiming systems and similar variants, the M32/M32A1/M32A2 Lightweight Mortar Ballistic Computer (LHMBC) and similar variants, which consist of ruggedized military computers, displays (gunners and drivers), power distribution systems, power supplies, inertial navigation units, ruggedized mounts, and ruggedized cables. The Government will provide design information for each system hardware and instructions for soldier training with the release of the future RFP. A storage facility is required for this effort. Item Descriptions: The following item descriptions describes the MFCS, storage facility, and OPNET/MNET services in sufficient detail to respond to this sources sought notice. M95/M96 The MFCS-M M95/M96 is the Fire Control System for the current 120mm Vehicle Mounted Mortar Systems and Fire Direction Center (FDC) vehicles. The M95/M96 is fully integrated into the host vehicle. It provides mortar platoons with accurate, digitally integrated, and responsive indirect fire system capabilities. The capabilities of MFCS-M include position/navigation, weapon pointing (azimuth & elevation), ballistic computation, communicate digitally with digital fire support systems including the Advanced Field Artillery Tactical Data System (AFATDS) and Forward Observer System (FOS) via combat-net radios. M150/M151 The MFCS-D M150/M151 is the Fire Control System for the current M120A1 Towed Mortar System and FDC vehicles. The M150/M151 provides the same functionality of M95/M96 in a ground-mounted configuration. It is an add-on system to fielded 120mm mortar systems. It serves as a platoon level digitally integrated fire control system consisting of position/navigation, weapon pointing (azimuth & elevation), ballistic computation, communicate digitally with digital fire support systems including the AFATDS and FOS via combat-net radios. M32/M32A1/M32A2 LHMBC The LHMBC provides warfighters the ability to compute fast and accurate ballistic solutions for the entire family of fielded U.S. mortars (60mm, 81mm, and 120mm mortar systems) and their complete inventory of ammunition. With the LHMBC, soldiers are able to set up a mortar, calculate a fire control solution in under one (1) minute. The system can calculate up to six (6) simultaneous missions and three (3) final protective fires, act on priority targets, perform fratricide checks, execute check fire, calculate single safety fan with multiple segments, utilize digital meteorological data, and input/output digital variable message format messages from/to the AFATDS and the FOS. Storage Facility Storage of MFCS, LHMBC, Government Furnished Equipment (GFE) (previous contract equipment that still requires storage), and other systems includes providing a storage facility that can store mortar product for the life of a five (5) year contract. The storage facility shall have climate control and be secured and monitored 24 hours per day and 7 days per week. Responsibilities at the storage location shall consist of formal inventory control using the government accountability systems (e.g. Defense Property Accountability System (DPAS), Wide Area Work Flow (WAWF),DoDI 5000.64 (Accountability and Management of DoD Equipment and Other Accountable Property), identifying, assembling, and kitting all items into fielding sets, i.e. assemblies, subassemblies, tools kits, and parts that make up each of the identified systems. The contractor's storage facility should be at least 7,000 square feet in order to store the MFCS, LHMBC, and GFE. Shipping of these products from the storage location to fielding sites for handoff and transfer of accountability will also be required. MFCS Future Variants/System Improvements Future variants may include, but are not limited to, Mortar Fire Control components modification and improvement, integration of MFCS onto a turreted mortar, the provision of digital fire control to the 81mm mortar and other weapon system applications. Potential modifications of the MFCS software capability will include updates to provide for implementation of those various functions. Modifications of hardware components may include an automatic fuze setter, interface, communication and control of a Precision Guided Mortar Munitions, target acquisition systems and devices. New Equipment Training (NET) Establish a New Equipment Training team and implement processes for providing the MFCS/M326 Mortar Stowage Kit (Quick Stow)/Mortar Weapons OPNET and MNET. These services will be performed in accordance with (IAW) the latest Programs of Instructions (POI). POIs will be provided by the Government at the time of RFP release. However, the contractor may need to update and maintain POIs to properly conduct training as required. All instructors will be certified by the U.S. Government. The contractor NET team is required to work in conjunction and under direction of the U.S. Government personnel during NET. The Government anticipates awarding a 5-year Firm Fixed Price (FFP)/ Cost Reimbursement No Fee Indefinite Delivery/Indefinite Quantity (IDIQ) contract (with five one-year ordering periods covering the FY22-27 timeframe. The Government estimates that approximately 100 Mortar Fire Control Systems, 2790 LHMBC, 2000 Fire Control Computers (FCC), and 800 digital aiming systems may be purchased over a five year period along with various OPNET and MNET trainings. Respondents shall address if they can meet all Government requirements in this market survey. To be considered as a qualified source for this effort, respondents who are capable of delivering MFCS, LHMBC and its variants, and digital aiming systems as well as OPNET/MNET services to the Army should be able to demonstrate the following capabilities: 1. Current and/or previous experience with MFCS, LHMBC, OPNET/MNET and/or similar systems. 2. System integration, testing, and storage facilities. 3. Supply chain quality assurance, warranty services, and risk management. 4. Tooling, fixtures and production processes to include inspection plans. 5. Experience with the elements of integrated logistics support, especially in support of Army logistics, and Army property and accountability systems. 6. Key personnel descriptions capable in performing effort. 7. Provide company name, address, telephone number, email address, technical point of contact, and company size Respondents that possess the capabilities listed above may submit their responses to the point of contact listed below. Respondents should only respond to this market survey if they can meet all the requirements listed above. Technical data for all systems listed above are marked Distribution D, therefore data distribution will only be authorized to the Department of Defense (DoD) and its DoD contractors. However, the Technical Data Package (TDP) will not be available until a RFP is formally issued. All submissions are requested to be made electronically and shall be made no later than 29 November 2019. The information shall be sent by electronic mail to mark.t.bobitka.civ@mail.mil. All information submitted will be held in a confidential status. Telephone inquiries will not be accepted. The Government will accept written questions by email. All information is to be submitted at no cost or obligation to the Government. The market survey is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government. 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. Contracting Office Address: ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/528aa6389d1b9d3bf9b050b5fe872211)
 
Place of Performance
Address: ACC-NJ-CA Building 10 Phipps RD, Picatinny Arsenal, New Jersey, 07806-5000, United States
Zip Code: 07806-5000
 
Record
SN05471696-W 20191011/191009230521-528aa6389d1b9d3bf9b050b5fe872211 (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.