Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2023 SAM #7750
SOURCES SOUGHT

10 -- Precision Grenadier System (PGS)

Notice Date
2/13/2023 7:38:09 AM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-23-X-0U6A
 
Response Due
3/24/2023 1:00:00 PM
 
Point of Contact
Charriena B. Kortum, Michael Grace
 
E-Mail Address
charriena.b.kortum.civ@army.mil, michael.f.grace4.civ@army.mil
(charriena.b.kortum.civ@army.mil, michael.f.grace4.civ@army.mil)
 
Description
The U.S. Army, Army Contracting Command - New Jersey at Picatinny Arsenal, NJ 07806-5000 is conducting a market survey / sources sought notice on behalf of Project Manager Soldier Lethality to identify potential sources for a Precision Grenadier System (PGS) to fulfill the following mission needs and the below desired attributes. DISCLAIMER: � This market survey / sources sought notice is for information only and shall not be construed as a request for a proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey / sources sought notice or otherwise pay for information solicited. Any hardcopy information provided will not be returned. PROGRAM BACKGROUND AND REQUIREMENTS The PGS will be a man portable integrated weapon system that enables precision engagements to destroy personnel targets in defilade and in the open with increased lethality and precision compared to the legacy M203/M320 grenade launchers. The PGS will provide overmatch to comparable threat grenade launchers in near peer formations in future operating environments (jungle, urban, woodland, subterranean, desert, day/night/obscured). The PGS is envisioned to consist of a weapon, a fire control, and a suite of ammunition which enables the user to engage targets in defilade/cover, hovering UAS targets, conduct door breaching, engage close combat targets, and light armored targets. Based on past results, the Government has determined that specific technologies and components are available to accomplish this mission and is looking for a fully integrated, armament solution. Vendors are encouraged to team as necessary in response to this market survey / sources sought notice. The Government anticipates a single vendor to be the lead system integrator.� The following integrated system attributes are outlined in order of importance. The Government is interested in receiving information on the attributes that can be achieved: 1.�� �System Survivability: �The system and its ammunition should be capable of functioning in cold, ambient, and hot conditions at all humidity conditions and be survivable and operational after exposure to chemical, biological, radiological, nuclear exposure (CBRNE) to include effects of electromagnetic pulse and cyber-attacks. � 2.�� �System Effectiveness: �Ability to achieve a high probability of incapacitation given a shot from the minimum engagement distance to 500 meters (desired) against unprotected personnel targets in defilade/cover and stationary exposed targets. � 3.�� �Engagement Times: �Time to engage target is desired to be ? 5 seconds from decision to engage to trigger pull for a target out to 500 meters. �After trigger pull, time of flight is desired to be no greater than 3 seconds to 500 meters. 4.�� �Length: �Overall system length is desired to be less than 34 inches.� 5.�� �System Weight: �System weight is desired to be less than 14.5lbs. 6.�� �Target Acquisition: �Ability to acquire targets with a high Probability of Recognition given a detection out to a range of 500 meters in clear air during day and nighttime conditions and a high Probability of Recognition given a detection out to a range of at least 300 meters in obscurants is desired. 7.�� �Powerless/Degraded Operation: �The system provides the ability to continue the fight and engage targets even when the fire control has no power or becomes damaged and inoperable is desired. 8.�� �Family of Ammunition: � a.�� �Counter Defilade Round: �Round to precisely and quickly defeat personnel targets in defilade positions. � b.�� �Training Round: �Non-pyrotechnic round ballistically similar to the counter defilade round to train the PGS capability.� c.�� �Expanded Capabilities: Ability to expand capabilities is desired with different types of ammo such as: � � i.�� �Armor-Piercing Round � ii.�� �Close Quarters Battle Round iii.�� �Counter Unmanned Aerial System (UAS) Round 9.�� �Variable Magnification: �System capable of having variable magnifications to enable accurate engagements within the range of the systems capability is desired. � 10.�� �Ranging/Far Target Location: �Capable of accurate range determination to a man-sized target out to 800 meters and vehicle or troops in the open (squad sized targets) out to 1,000 meters in less than one second is desired. 11.�� �Digital Overlay: �System capable of providing alpha-numeric display and a dynamic reticle within the fire control field of view out to a range of 1000 meters is desired. �System can calculate a dynamic reticle for refined targeting including (but not limited to) range to target, atmospheric conditions, weapon orientation, and ballistics of the weapon/ammunition selected is desired. The computation time for the dynamic reticle to be displayed is desired to be no more than 1 second.� 12.�� �Firing Mode: �System capable of semi-automatic firing is desired. 13.�� �Resolution: �System provides sufficient angular resolution to distinguish between hostile and non-hostile targets during daytime, clear air conditions from 0-600 meters and accurately determine threat characteristics (e.g. a threat light armored vehicle or armed squad size element in the open) during daytime, clear air conditions out to 1,000 meters. 14.�� �Ambidextrous: �System capable of ambidextrous configuration without degradation of performance or safety is desired.� SUBMISSION INFORMATION: �Interested companies who believe they can provide a complete PGS solution are invited to indicate their interest by providing the Government a brief summary (i.e., no more than 20 pages � not counting prior contract history) of their company�s capabilities, facilities, personnel, and past manufacturing experience. Companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, information papers, literature, video demonstrations, presentation slides, and or other technical data as well as identification of current customers. �A TECHNICAL DATA PACKAGE (TDP) WILL NOT BE PROVIDED IN SUPPORT OF THIS ANNOUNCEMENT. Please identify the subject of your response as, �Precision Grenadier System (PGS)�. � Vendor Questionnaire: �The purpose of this questionnaire is to obtain information from industry to assist in market research. � 1.�� �Company Name � 2.�� �Company Address 3.�� �Company Website 4.�� �CAGE code and DUNS Number 5.�� �Company point of contact and phone number 6.�� �Teaming partners, subcontractors, or suppliers� 7.�� �The North American Industry Classification System (NAICS) code for this effort is 332994 with a small business size standard of 1,000 employees. Based on this information is your business considered a small business? � 8.�� �Type of Business (Small Business, Large Business, 8a Small Business, Hub zone Small Business, or Service-Disabled Veteran Small Business) and Number of Employees. 9.�� �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: 10.�� �Location where primary work will be performed (if more than one location, please indicate the percentage for each location).� 11.�� �Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 12.�� �Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 13.�� �Identify lead-time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 14.�� �Please provide rough indication of pricing and any pricing data to include projected per unit costs and any major subcomponents.� 15.�� �Description of capability to develop and/or manufacture a system(s) to meet the criteria listed above. 16.�� �Provide a Technology Readiness Level (TRL) assessment for proposed system, along with a time and cost estimate to reach a desired TRL 6 if necessary. 17.�� �Identify the system�s technological areas that present the most developmental risk. 18.�� �Provide assessment of proposed system attributes as related to desired attributes and elaborate to potential paths towards meeting/exceeding them. 19.�� �Please provide any additional comments of proposed system capabilities that would benefit the Government.� � SUBMISSION DETAILS Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Contract Specialists Charriena Kortum and Michael Grace in either Microsoft Word or Portable Document Format (PDF), via email charriena.b.kortum.civ@army.mil and michael.f.grace4.civ@army.mil no later than the response due date and reference the notice ID number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. NO TELEPHONE INQUIRES WILL BE ACCEPTED. The Government will accept written questions by email. The information collected from this market survey / sources sought notice may be used to support any follow-on acquisitions. All data received in response to this market survey / sources sought notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Regardless of any responses, 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 market survey / sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5fed50b4d7f4f7bab604f0b57b2123b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06590418-F 20230215/230214060652 (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 |
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.