SOURCES SOUGHT
13 -- XM919 Individual Assault Munition (IAM) Sources Sought Notice
- Notice Date
- 9/29/2022 2:37:48 PM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-23-X-0RCK
- Response Due
- 10/28/2022 12:00:00 PM
- Point of Contact
- Mr. Erick Martins, Mr. Blake Isakson
- E-Mail Address
-
erick.d.martins.civ@army.mil, blake.r.isakson.civ@army.mil
(erick.d.martins.civ@army.mil, blake.r.isakson.civ@army.mil)
- Description
- XM919 Individual Assault Munition (IAM) Sources Sought Notice INTRODUCTION The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Joint Program Executive Office Armaments and Ammunition (JPEO A&A), Office of the Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, NJ is issuing this Sources Sought Notice as a means of conducting market research. The results of this market research will be used to establish the acquisition strategy and method of procurement for this prospective requirement. The Government is seeking to identify potential sources interested in and capable of providing technologies to meet the Army�s XM919 Individual Assault Munition (IAM) requirement. The XM919 IAM will be a single-shot, disposable, Shoulder Launched Munition (SLM) capable of engaging multiple targets (light armor, earth/timber bunkers, reinforced concrete, adobe and triple brick structures). Potential sources will be able to support/provide the manufacture, production, inspection, testing, packaging, shipping and delivery of a mature XM919 IAM solution. This requirement includes the procurement of XM919 IAM training devices and spare parts for trainer maintenance. Potential IAM training devices include the XM922 sub-caliber trainer and inert Field Handling Trainer (FHT) to include operator�s manuals and maintenance manuals. The training solution will serve to increase the Soldier's proficiency with the XM919 IAM and ensure its successful integration into combat operations. The overall system attributes (technical performance, safety, target defeat, technical documentation / manuals) are defined within the draft XM919 IAM Performance Specification (P-Spec). Interested parties may request a copy of the P-Spec by following the instructions herein. This Sources Sought Notice is a continuation of Market Research in support of the XM919 IAM requirement. It follows the XM919 IAM Industry Day #2 held on 30 August 2022 � (see Special Notice W15QKN-22-Z-0PPC). PROGRAM BACKGROUND The JPEO A&A has a requirement for a lightweight SLM capability that will be operated by an individual Soldier in combat units at the Squad level. The required XM919 IAM solution will be an improvement over existing SLM systems. It will allow Soldiers to conduct urban operations with the ability to defeat an enemy protected by a variety of light-armored vehicles and structural targets with increased lethality. The XM919 IAM solution will be effective day or night at close ranges with an ability to safely engage targets from within enclosures. The XM919 IAM solution will combine the capability of multiple existing SLMs while providing greater portability for reduced Soldier load, training complexity, and logistics burden. ELIGIBILITY The North American Industry Classification (NAICS) Code for this requirement is 332993, Ammunition (Except Small Arms) Manufacturing, with a Small Business Size Standard of 1,500 employees. The most applicable Product Service Codes (PSC) are 1310 � Ammunition, over 30mm up to 75mm and 1315 � Ammunition, 75mm through 125mm. These PSCs include: Components, except Fuzes and Primers; Pyrotechnic Cartridges and Projectiles; Chemical Warfare Cartridges and Projectiles. These PSCs exclude: Excluded from this group are items specially designed for nuclear ordnance application. REQUIRED CAPABILITIES The XM919 IAM solution will have the following capabilities: 1) ��The system will have the capability to penetrate, defeat and incapacitate personnel within light armor, earth/timber bunkers, reinforced concrete, adobe and triple brick structures. 2) ��The system will be a one-shot disposable system with Fire From Enclosure (FFE) capability. 3) ��The system will be capable of engaging targets at a range of 30 meters up to 200 meters (or greater). 4) ��The Government is looking for the lightest solution possible, with a total maximum carry weight of 22 lbs.� The Government is looking for the most compact system with a maximum stowed system length of 42 inches. 5) ��The system must function under various environmental conditions, including the following temperature ranges: Operational temperature -40?F to +140?F and Storage temperature -50?F to +160?F. 6)��� The solution will have a Technology Readiness Level (TRL) of 8. TRL 8 is defined as a full-up / final system that is completed and qualified through test and demonstration.� The technology has been proven to work in its final form and under expected conditions. In almost all cases, this TRL represents the end of true system development. Examples include developmental test and evaluation (DT&E) of the system in its intended weapon system to determine if it meets design specifications.� 7)��� The solution will have a Manufacturing Readiness Level (MRL) of 8. MRL 8 is defined as the pilot line capability has been demonstrated; ready to begin Low Rate Initial Production (LRIP).� This maturity level is associated with manufacturing readiness and entry into LRIP. All materials, manpower, tooling, test equipment, and facilities are proven on the pilot line and are available to meet the planned LRIP schedule. Special Test Equipment/ Special Inspection Equipment (STE/SIE) has been validated. Manufacturing and quality processes / procedures have been integrated and proven as a part of pilot line validation in accordance with validation plans. The Industrial Base has been assessed and shows industrial capability is established to support LRIP and Full Rate Production (FRP). 8) �� The availability and opportunity for the Government to obtain Data Rights to support long-term system acquisition. 9)��� The ability to deliver a model based Level 3 Technical Data Package (TDP) of the IAM solution, to include the model format (e.g. PTC Creo) in accordance with MIL-STD-31000B.� SPECIAL REQUIREMENTS Any resulting solution for the XM919 IAM is anticipated to have a security classification level of UNCLASSIFIED and shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.225-7008 �Restriction on Acquisition of�Specialty Metals� and DFARS 252.225-7009 �Restriction on Acquisition of Certain Articles Containing Specialty Metals�. Exception(s) to the Berry Amendment exists for qualifying countries. �Qualifying country� means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Refer to DFARS Part 225 for a list of Qualifying Countries. RESPONSE SUBMISSION DETAILS Interested parties should submit a brief but thorough capabilities statement with supporting documentation demonstrating the ability to provide the products/systems to meet the Required Capabilities detailed above. Responses must be submitted via e-mail in either Microsoft Word or Portable Document Format (PDF). Submissions should be in bullet format. Responses must reference the number of this Sources Sought Notice, W15QKN-23-X-0RCK in the subject line of the e-mail and on all enclosed documents. All responses should include the following: 1) Business size, 2) Organization name, address, website address, type of ownership for the organization, and primary points of contact (POC) with email addresses, fax numbers, and telephone numbers. Responses must include / address the following: ???? 1. Evidence that the IAM solution has attained TRL 8 and meets MRL 8. Evidence should include system qualification test data and/or production details. Documentation that potential IAM solutions have achieved a level of technical maturity that meets the above requirements and can successfully complete a Government qualification program WITHOUT additional research and development. 2. Availability of detailed fuzing drawings and description of fuze safety, as well as proof of compliance to US Army fuze standards. 3. Description of explosives and the quantities of explosives in the system. 4. Description and maturity of the sub-caliber trainer solution to include sub-caliber training ammunition, FHT (inert) and sustainment planning. 5. Identification / description of any constraints in meeting the required capabilities. 6. Production line status, delivery timeline of each item after award and projected production rates per month and ability for surge to include leading to and thru a First Article Test (FAT) and from successful completion of FAT to production. 7. Brief summary of potential associated risks in the following areas: technical, schedule, production. 8. Detailed description of Supply Chain Risk Management (SCRM) process and tools utilized by the respondent to identify and manage risk within the supply chain for the IAM Solution. 9. Brief summary of the company�s capabilities to include a description of facilities, personnel, technical and manufacturing capability in explosives processing industry. 10. Description of facilities/equipment to include testing ranges with instrumentation, manufacturing processes, inspection capability to include compliance with International Standards Organization 9001:2015 or equivalent, personnel, past experience, current production capabilities (including minimum sustainable and maximum attainable monthly production rates of the above described munition/s). 11. Participation and/or plans to become environmentally friendly to ensure processes, products, and manufacturing activities adequately address sustainability, minimize adverse environmental impacts, and supply chain considerations.� 12. Address whether significant subcontracting or teaming is anticipated in order to deliver technical capability. Please indicate what percentages of the workload will be subcontracted and to whom (to include business size).� Also, please address the administrative and management structure of the subcontracting and teaming arrangements. 13. If you intend to perform a portion of this effort participating as a subcontractor, please explain, in detail, which portions and percentages of the effort you would have the capability of completing. 14. Address whether your company is currently providing similar items to another Government agency or non-government entity (including foreign government(s)) customer(s)? If so, identify the Government agency or non-government customer. If you are unwilling to share your customer's identity, address whether your company offers the same or similar services commercially (outside the federal Government.). If you elect to identify the 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. Responses to this Notice must be submitted to ACC-NJ Contract Specialists, Erick Martins and Blake Isakson via e-mail no later than 3:00 p.m. EDT on 28 October 2022. � Telephone inquiries will not be accepted or acknowledged. No feedback or evaluations will be provided to companies regarding submissions. Information and materials submitted in response to this Notice WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. ADDITIONAL INFORMATION Draft XM919 IAM P-SPEC and Government SLLAM TDP Development Command � Armaments Center (DEVCOM-AC) has drafted an XM919 IAM Performance Specification (P-Spec). In addition, DEVCOM-AC has designed and successfully demonstrated a Shoulder Launched Light Assault Munition (SLLAM) to a Technology Readiness Level (TRL) 6. The Government is providing these documents to solely assist industry in understanding the XM919 IAM requirements, the draft XM919 IAM P-Spec and Government-owned SLLAM TDP will be available to interested contractors upon request in accordance with the instructions below. To request a copy of the Draft XM919 IAM P-Spec and SLLAM TDP: 1. Contractors must submit their request for the Draft XM919 IAM P-Spec and/or SLLAM TDP on company letterhead addressed to ACC-NJ along with the forms specified below. Submissions should be transmitted via email to the primary and secondary ACC-NJ POCs below and to the following email: usarmy.picatinny-nj.jpeo-aa.list.xm919-iam-program@army.mil 2.�� The subject line of email requests must read as follows: �IAM Sources Sought Notice W15QKN-23-X-0RCK P-Spec/TDP Request (Company Name)� 3.�� For US / Canadian contractors the request will be processed as follows: a.�� Complete the following forms: ����������� DD Form 2345 Militarily Critical Technical Data Agreement ����������� AMSTA-AR Form 1350 Technical Data Questionnaire ����������� XM919 Non-Disclosure / Non-Use Agreement b.� Upon receipt of these completed forms by the Information POC, the XM919 IAM P-Spec and SLLAM TDP will be issued to the requesting company once they are available for release. 4.�� For non - US / non-Canadian contractors, the request will be processed as follows: a.�� Complete the following forms: ����������� AMSTA-AR Form 1350 Technical Data Questionnaire ����������� XM919 IAM Non-Disclosure / Non-Use Agreement b.�� The XM919 IAM Information POC will advise regarding any additional requirements related to International Traffic in Arms Regulations (ITAR) compliance. While not required to respond to this notice, the Government is offering information on the following topics for companies that plan on responding to a potential Request for Proposal (RFP): test services, Army Fuze Safety Review Board technical assistance and Insensitive Munitions technical assistance. To request offering information on the topics listed above: 1. Contractors must submit their request via email to: usarmy.picatinny-nj.jpeo-aa.list.xm919-iam-program@army.mil. � 2. The subject line of email requests must read as follows:� �IAM Sources Sought Notice W15QKN-23-X-0RCK (Insert Topic(s)) (Company Name)� �� ����������������������������������������������� DISCLAIMER THIS SOURCES SOUGHT NOTICE (MARKET SURVEY) IS FOR INFORMATIONAL PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR QUOTE (RFQ)/INVITATION FOR BID (IFB)/REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFQ, IFB OR RFP IN THE FUTURE.� THIS NOTICE DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE.� FURTHER, THE GOVERNMENT IS NOT SEEKING QUOTES, BIDS OR PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS IN RESPONSE TO THIS NOTICE. NO AWARD WILL BE MADE AS A RESULT OF THIS NOTICE. THE GOVERNMENT RESERVES THE RIGHT TO REJECT, IN WHOLE, OR IN PART, ANY PRIVATE SECTOR INPUT THAT RESULTS FROM THIS NOTICE. THE GOVERNMENT IS NOT OBLIGATED TO NOTIFY RESPONDENTS OF THE RESULTS OF THIS NOTICE. THE U.S. GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9be76235933a446d9a7d35c55e300935/view)
- Record
- SN06483167-F 20221001/220929230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |