SOURCES SOUGHT
99 -- CY 27 MAAWS Sources Sought
- Notice Date
- 2/27/2025 12:21:29 PM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN25X14Q5
- Response Due
- 3/27/2025 12:00:00 PM
- Archive Date
- 04/11/2025
- Point of Contact
- Laura Burgos-Magidson, Phone: (520) 669-8401, Taylor Albinson, Phone: 5206741726
- E-Mail Address
-
laura.e.burgos-magidson.civ@army.mil, taylor.c.albinson.civ@army.mil
(laura.e.burgos-magidson.civ@army.mil, taylor.c.albinson.civ@army.mil)
- Description
- SOURCES SOUGHT NOTICE M3A1 Weapon System W15QKN-25-X-14Q5 The United States (U.S.) Army Contracting Command - New Jersey (ACC-NJ), on behalf of Project Manager Soldier Weapons (PM SW) is conducting a market research to identify potential sources for procurement of a reusable shoulder fired recoilless weapon system and family of ammunition. The U.S. Army has a requirement for a shoulder-launched system and associated munitions to defeat various targets. Types of munitions that are being sought in the system include High Explosive Anti-Tank (HEAT), Confined Space HEAT, Tandem HEAT, High Explosive (HE), Programmable HE, Tandem HE, HE Dual Purpose, Smoke, Illumination, Area Denial Munition, Anti-Structure Munition, and training ammunition. A fully developed system with associated munitions is desired, not to exceed 12 months to delivery of production configuration. The weapon system must include an aiming sight and be capable of integration with future separately procured interchangeable electronic fire control systems. The minimally configured weapon system can be crew served and should be no greater than 15 pounds (lbs.) and the associated ammunition should be no greater than 10 lbs. each round. The system and ammunition should be capable of engaging moving vehicles at 300 meters, field fortifications at 500 meters, static armored vehicles at 600 meters, and area targets in defilade at 800 meters. The weapon system must include a subcaliber training system. The subcaliber training system must replicate the trajectory and crosswind behavior of the tactical munition throughout its 600meter effective range. The system and munitions must be sufficiently rugged to remain safe, operational and effective following exposure to the rigors normally associated with military operations, including air delivery and saltwater submersion. Note that if any test and evaluation is required, the test and evaluation process does not have to be performed specifically and exclusively for/by the Government. The Government is willing to work with the vendor, their subcontractors, or other parties to accomplish the testing/evaluation as efficiently as possible. In response to this sources sought, information should be provided on the following areas and topics. Additional information and topics are also encouraged. All responses to this sources sought must be in the ENGLISH language or they will be omitted in the evaluation of information received. Item Status: Information should be provided that shows item production status. It should include information on the design, fabrication and tests completed to validate the design. Cost/Schedule: Actual or expected production unit costs for the system and munitions should be provided. The time required to deliver the production items should also be provided. Safety Program: Information should be provided on existing system safety engineering capability and experience in meeting U.S. Army, Navy and Air Force health and safety requirements. Industrial Preparedness: Information should be provided on round availability, including a summary of facilities and tooling available to support development and production. Production history for recoilless rifle systems and family of munitions should be submitted to demonstrate past performance, with emphasis on work performed for the U.S. Government. Acquisition Teaming: Information should be provided describing experience in teaming with customers, to include level of involvement with emphasis on participation in U.S. Government defense acquisition teams. Response: Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: a. Company Name b. Company Address c. Company point of contact and phone number d. Major partners or suppliers e. The North American Industry Classification System (NAICS) code. Is your business considered a Small Business based on your NAICS Code? f. Description of capability to develop and/or manufacture a system(s) to meet the criteria listed above. g. 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: h. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). i. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. j. Please provide any additional comments. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ALL INFORMATION IS TO BE SUBMITTED AT NO COST OR OBLIGATION TO THE GOVERNMENT. THE GOVERNMNET IS NOT OBLIGATED TO NOTIFY RESPONDENTS OF THE RESULTS OF THIS NOTICE. NO RESPONSES WILL BE PROVIDED TO QUESTIONS REGARDING A SOLICITATION. Interested sources should submit the requested information no later than 27 March 2025 via email ONLY to ACC -NJ-SW, Attn: Taylor C. Albinson at � taylor.c.albinson.civ@army.mil and Laura Burgos-Magidson at laura.e.burgos-magidson.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/623cd945102e4407b3d0704efb528345/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07356732-F 20250301/250227230045 (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 |