MODIFICATION
10 -- Lightweight Machine Gun-Assault (LMG-A) Call for White Papers
- Notice Date
- 2/21/2025 5:31:23 AM
- Notice Type
- Solicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- H9240325R00XX21Feb25LMG-A
- Response Due
- 3/21/2025 11:00:00 AM
- Archive Date
- 04/05/2025
- Point of Contact
- David Tenenbaum, Phone: 813-826-6970, Michael (Chris) Watson, Phone: 727-486-5456
- E-Mail Address
-
david.tenenbaum1@socom.mil, michael.c.watson.civ@socom.mil
(david.tenenbaum1@socom.mil, michael.c.watson.civ@socom.mil)
- Description
- This notice shall not be construed as a commitment by the Government. It does not obligate the Government to reimburse any cost associated with preparation and/or submission of a response, nor does this notice guarantee the Government will issue a Request for Prototype Proposal (RFPP) or award your company a contract to provide these prototypes. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this information or these activities. OPPORTUNITY DESCRIPTION The United States Special Operations Command (USSOCOM), Directorate of Procurement, on behalf of USSOCOM Program Management Special Operations Forces (SOF) Lethality (PMSL), is considering the award of an Other Transaction Authority (OTA) Agreement for a Prototype Project for the Lightweight Machine Gun-Assault (LMG-A) in accordance with 10 U.S.C. � 4022. This is a prototype project that aims to streamline the development and fielding of a SOF peculiar weapon system for ground forces. This OTA Project will provide a prototype that meets the requirements in accordance with (IAW) Attachment 1, LMG-A Performance Specifications (P-Spec). Respondents must request a copy of Attachment 1, LMG-A P-Spec from Mr. David Tenenbaum at david.tenenbaum1@socom.mil. OVERALL OBJECTIVES The LMG-A Prototype Project shall be a lightweight, belt fed, fully and semi-automatic system, including a primary barrel, spare barrel, buttstock, receiver, sound/signature suppressor, operator manual, cleaning kit, operator tool kit, maintainer tool kit, spare parts kit, training munition kit, bipod, backup iron sights, and a Transportation Security Administration (TSA) approved locking hard carrying case. This case will be capable of storing a fully accessorized weapon. The prototype weapon system shall be designed to accept different calibers in the future as ammunition develops. The LMG-A is a life cycle replacement to the MK48 Light Machine Gun (LMG) chambered in 7.62 NATO, with the future intent to adopt other calibers such as 6.5mm Creedmoor, but not limited to, as a multi-caliber / intermediate caliber machine gun. PHASES The USSOCOM LMG-A OTA Agreement for Prototype Project will consist of the following five phases. Advancing from one phase to the next requires the demonstration of a prototype system to be evaluated against criteria established in the awarded agreements, to determine whether the prototype project is successful. The Government will downselect at the end of each of the following five phases. Phase 1: White Paper Submission White papers shall be submitted electronically using the template in Attachment 3, along with the Offeror Certifications and Disclosures found in Attachment 4. While not mandatory, Phase 1 offers an opportunity for performers to showcase functional prototypes at the 2025 International Special Operations Forces (ISOF) Range event, held at the Nevada Test and Training Range (NTTR) on 31 March 2025. Attachment 2 � LMG-A Assessment Procedures will be used as informational guidance and expectations for situational awareness for the ISOF 2025 Vendor Shoot event. White papers must demonstrate the performer�s ability, using matured technology, to produce and deliver a functional prototype meeting the LMG-A P-Spec characteristics and capabilities outlined in Attachment 1. In addition, the prototypes must be delivered within the necessary timelines to be considered for advancement to Phase 2. A Request for Prototype Proposal (RFPP) will include the P-Spec and Military User Assessment (MUA) evaluation criteria. The P-Spec may be updated between now and the RFPP; in order to take into consideration performer feedback during the ISOF 2025 range event. White Paper submissions shall be submitted electronically via e-mail to the points of contact listed below no later than the date posted on this announcement. NOTE: All proprietary information contained in the submission shall be appropriately marked. Phase 2: Prototype Proposal and Selection Following the white paper review, the RFPP will be issued to performers deemed capable of delivering viable prototypes within the required timeframe and meeting the criteria in Attachment 1 (LMG-A P-Spec). The RFPP will contain the final evaluation criteria. USSOCOM may award none, one, or multiple prototype OTA agreements. At the conclusion of Phase 2, USSOCOM will host a vendor shoot, at a location to be determined, as part of a down-select event to take the top 3-5 performers with prototype systems into Phase 3. Phase 3: Safety Testing and MUA Performers advancing to phase 3 shall provide 4-5 LMG-A weapon systems and kits (specific quantities will be identified in the RFPP) for Limited Safety Testing. USSOCOM will brief selected performers on the test plans. Performers who successfully pass Limited Safety Testing can utilize an option Contract Line Item Number (CLIN) for prototype refurbishment. This CLIN covers reconditioning prototype weapons/make minor changes (i.e. optimization) for the MUA. This option CLIN will be solicited as part of the RFPP and made part of the OT agreements in Phase 2. The MUA serves as the final down-selection event. USSOCOM will down-select the top two performers from the MUA who meet all success criteria IAW Attachment 1 (LMG-A P-Spec) and the MUA Evaluation Criteria (to be included in the Phase 2 RFPP). These performers will advance to Phase 4 for qualification and fielding. NOTE: A Request for Proposal (RFP) for the follow-on production contract may be issued after Limited Safety Testing but prior to the MUA during Phase 3. This RFP may be Federal Acquisition Regulation (FAR) or non-FAR based. A successful prototype project designation does not guarantee a follow-on production contract. Evaluation factors for the production contract will be included in the RFP. Phase 4: Developmental & Operational Testing USSOCOM will procure up to 20 additional prototypes from the selected performers for Developmental Testing (DT) and Operational Testing (OT). USSOCM will brief the selected performers on the Testing Plans. Following successful completion of DT, USSOCOM may procure 1-10 additional prototypes for OT and weapon system qualification for fielding. The additional prototypes required for DT and OT will be solicited as part of the RFPP and awarded as option CLINs in the OTA agreements at Phase 2. Phase 5: Production Contract Award Upon successful completion of DT and OT in Phase 4, the Government may award a follow-on production contract to a single vendor. The contract may be structured as FAR or non-FAR based. In accordance with 10 U.S.C. � 4022(f), the OTA Agreement will include a provision for a potential follow-on production and sustainment contract, awarded without additional competition, to the selected vendor. Basic eligibility to receive a follow-on production contract will require the successful completion of the prototype project, as well as DT and OT. The follow-on production contract is expected to be either a FAR-based contract or a similarly structured OTA agreement under the authority of 10 U.S.C. � 4022(f). The Government contemplates a 10-year ordering period and a contract ceiling of $53,000,000.00 for the follow-on production contract (subject to change). The Government contemplates purchasing up to 2,533 LMG-A weapon system kits, spare parts/accessories, new equipment training, and associated sustainment support over the life of the LMG-A weapon system under the follow-on production contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/688cefef0ca9422d85a56e9fc52ff816/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN07349560-F 20250223/250221230028 (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 |