SOURCES SOUGHT
12 -- Market Survey - Medium Cannon Caliber Airbursting Fuze Common Tactical Setter (AFCTS)
- Notice Date
- 3/20/2025 7:49:51 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN25X15D7
- Response Due
- 4/18/2025 2:00:00 PM
- Archive Date
- 05/03/2025
- Point of Contact
- Mr. Erick Martins
- E-Mail Address
-
erick.d.martins.civ@army.mil
(erick.d.martins.civ@army.mil)
- Description
- Market Survey Medium Cannon Caliber Airbursting Fuze Common Tactical Setter (AFCTS) Description: The United States (U.S.) Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Office of the Project Manager Maneuver Ammunition Systems (PM MAS), is seeking to identify potential sources capable of manufacturing the Medium Cannon Caliber Airbursting Fuze Common Tactical Setter (AFCTS) system. AFCTS is an electromechanical system that is used to convert and transfer mission/telemetry data between fire-control systems (FCS) and direct fire programmable ammunition. A complete AFCTS system is comprised of two primary components; (1) a single board logic Circuit Card Assembly (CCA) Line Replaceable Module (LRM) housed in a Line Replaceable Unit (LRU) with power conditioning electronics and associated interconnects and (2) a weapon specific mechanical Ammunition Setter Contacts (ASC) module which physically transfer data to the ammunition. The ASC modules are mechanical spring contacts that are specific for the XM813, XM913, and XM914 Bushmaster Chain Gun weapon systems. The nomenclature and estimated quantity for each item are listed in the Attachment: Table 1 � Nomenclature and Estimated Quantity. AFCTS LRU: The LRU will be utilized on, but not limited to, the XM1304 Stryker Infantry Carrier Double V Hull A1 � 30mm (ICVVA1-30mm), SGT STOUT, and Mobile � Low, Slow, Small Unmanned Aircraft Integrated Defeat System (M-LIDS) platforms. The current total quantity requirement is approximately 550, with potential future increases. The AFCTS LRU must conform to assembly DWG 13113609 (interim draft) which consists of the main enclosure components and AFCTS LRM circuit cards conforming to assembly DWG 13113630 � AFCTS Backplane Card (interim draft), DWG 13113621 � AFCTS Logic Card (interim draft), DWG 13113636 � AFCTS Connector Card (interim draft), and AFCTS 3U VPX circuit card assembly with the components listed in AFCTS Logic Card Bill of Material (BOM) (interim draft). Raw materials or components to support the AFCTS LRU production shall not come from prohibited sources in accordance with (IAW) Defense Federal Acquisition Regulation Supplement (DFARS) 252.225-7007. The manufacturing process for this LRU includes, but is not limited to manufacturing, coating, and assembly of the metal chassis, cover, connector panel; Printed Circuit Board (PCB) assembly, population, and testing; PCB assembly into 3U VPX form factors; and final assembly, testing, packaging, and shipping of the LRU(s). Standard United States Government (USG) provisions would be implemented to support production including, Measurement System Evaluation (MSE), Critical Characteristic Control Plan (CCCP), First Article Test (FAT) Plans/Reports, etc. Production support equipment includes material handling systems, tool room equipment, machining equipment, anodize and phosphate systems, PCB population, inspection, and re-work systems, all required programmers and software to flash the microcontrollers with USG supplied software, nondestructive testing (NDT) equipment such as but not limited to electronics test, environmental tests, vibration test, and diagnostics test equipment, x-ray, and pack-out equipment. Other critical skills required to manufacture this LRU include, but are not limited to design engineers, set-up electronic mechanical technicians and operators, quality management systems (QMS), quality control engineers, certified NDT technicians, and packaging engineers. XM813, XM913, and XM914 AFCTS ASC: The XM813, XM913, and XM914 ASCs will be utilized on, but not limited to, the 30x173mm XM813 Bushmaster Chain Gun weapon system, the 50x228mm XM913 Bushmaster Chain Gun weapon system, and the 30x113mm XM914 Bushmaster Chain Gun weapon system, respectively. Current total requirements are as follows: XM813 ASC are approximately 300 for each side; XM913 ASC are approximately 300 for each side; XM914 ASC are approximately 250; each with potential future increases. The AFCTS XM813 ASC must conform to assembly 13112780 (interim draft) and 13112779 (interim draft). The AFCTS XM913 ASC must conform to assembly 13118645 (interim draft), 13118644 (interim draft), and 13118647 (interim draft). The AFCTS XM914 ASC must conform to assembly DWG 13106460 (interim draft). Raw materials or components to support the AFCTS ASC production shall not come from prohibited sources IAW DFARS 252.225-7007. The manufacturing process for these ASCs includes but is not limited to manufacturing and/or procurement of the plastic housings, formed metal components, and internal hardware; wiring harness assembly; and final assembly, testing, packaging, and shipping of the ASCs. Standard USG provisions would be implemented to support production including MSE, CCCP, FAT Plans/Reports, etc. Production support equipment includes material handling systems, tool room equipment, machining equipment, inspection systems, NDT equipment such as but not limited to electronics test, environmental tests, vibration test, and diagnostics test equipment, x-ray, pack-out equipment, and metrology and metallurgy laboratories. Other critical skills required to manufacture this ASC include, but are not limited to design engineers, set-up electronic mechanical technicians and operators, QMS, quality control engineers, certified NDT technicians, packaging engineers, and metallurgists. Planned Acquisition: The Government is seeking interested sources to fulfill Fiscal Year (FY)26 - FY31 requirements. Deliveries shall be complete no more than 18 months from the time of award. Distribution Restrictions: All listed drawings are marked Distribution Statement D, Distribution authorized to U.S. Department of Defense (DoD) and U.S. DoD Contractors only (Critical Technology) and are Export Controlled. These Draft Technical Data Packages (TDPs) contain technical data whose export is restricted by the Arms Export Control Act, (Title 22, U.S.C., Section 2751 et seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., app 2401, et seq. Violations of these export laws are subject to severe criminal penalties. Interested companies must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the drawings (See https://www.dla.mil/Logistics-Operations/Services/JCP/ for instructions and information). Documents that have Limited Distribution Data markings will be available to interested parties upon request. To obtain a copy of the Controlled Unclessified Information (CUI) documents, interested parties shall submit the following forms: 1. Technical Data Request Questionnaire (Attachment 0001) 2. Non-Disclosure and Non-Use Agreement (Attachment 0002) 3. DD Form 2345 Military Critical Technical Data Agreement (Attachment 0003) Interested companies who receive the technical data will be required to return or destroy the data provided upon Government request. Submission Instructions: Responses shall be submitted electronically via e-mail to: leslie.a.sommers.civ@army.mil and erick.d.martins.civ@army.mil, no later than 5:00pm Eastern on 18 April 2025. Offerors are instructed to include �Medium Cannon Caliber AFCTS� as the subject of their response. Interested companies should respond by providing the Government the following information: (1) Name of company and Commercial and Government Entity (CAGE) Code; (2) Point of Contact name, telephone number and e-mail address; (3) Company address; (4) Business type/size information; If a small business, please indicate any applicable socio-economic status such as: Small Disadvantaged Business (SDB), Service Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc. (5) Identification of interest in this opportunity as a subcontractor; (6) (a) A detailed description of the company�s manufacturing, inspection, and testing capabilities, Manufacturing Readiness Level and Assessment (MRL/MRA), facilities, production equipment and status, personnel, and past commercial and USG manufacturing experience; (b) a timeline to begin production, not to exceed 12 to 18 months after contract award, if this timeline is not achievable please include an explanation and an alternative schedule in the market survey response; (c) monthly production capacities with assumptions about number of shifts and any other production factors that may affect monthly capacities; (d) minimum order quantity required (if applicable); (e) manufacturing lead time for each items listed; (f) a brief summary of possible partnering/teaming arrangements. Please identify any proprietary information submitted. A respondent to this survey must have the majority of the skills and facilities that are required to manufacture this item. If a respondent does not have these resources (technical, manufacturing, personnel, etc.) available, then it must demonstrate its ability to obtain them in a reasonable time period. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet the same resource criteria as the prime contractor. Disclaimer: This sources sought is for market research purposes only. The Government does not intend to award a contract on the basis of this sources sought. Participation in this effort is strictly voluntary and any of the information stated above is subject to change. The Government intends to use the information received to develop the acquisition strategy for future requirements. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s). Proprietary information should be marked as such. If a formal solicitation is generated at a later date, the Government will publish a solicitation notice. Please be advised that the Government will not pay for any information submitted under this announcement and that all information is to be submitted at no cost or obligation to the Government. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Attachments: Technical Data Request Questionnaire (Attachment 0001) Non-Disclosure and Non-Use Agreement (Attachment 0002) DD Form 2345 Military Critical Technical Data Agreement (Attachment 0003) Table 1 � Nomenclature and Estimated Quantity (Attachment 0004)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6d899eb88c50492b8ccb036d6309967a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07380246-F 20250322/250320230054 (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 |