Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1999 PSA#2312

US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000

25 -- VEHICLE MOUNTING SYSTEM (VMS) FOR THE MODULAR CROWD CONTROL MUNITION (MCCM) SOL DAAE30-99-R-0107 DUE 041299 POC Christine DeFinis, Contract Specialist, 973-724-2754 WEB: US ARMY TACOM-ARDEC Procurement Network, http://procnet.pica.army.mil/cbd/RFP/99R0107/99R0107.htm. E-MAIL: Christine DeFinis, cdefinis@pica.army.mil. The U.S. Government is seeking information on potential candidates for the development of a Vehicle Mounting System (VMS)to permit the attachment of the Modular Crowd Control Munition (MCCM) to High Mobility Multi-purpose Wheeled Vehicles (HMMWV) as well as 2.5 and 5 ton cargo trucks. The MCCM is a non lethal variant of the M18A1 Claymore Anti personnel munition. The MCCM uses a small amount of explosive to propel 600 .32 cal PVC stingballs to confuse, disorient and temporarily incapacitate a group of unarmed belligerents. By mounting the MCCM onto the subject vehicles, a non lethal convoy protection capability will be provided to both the U.S. Army Military Police as well as the U.S. Marine Corps. The mounting system must allow for mounting sufficient MCCMs to provide four side coverage, with a full 360 degree capability desired. The detonation of the small explosive charge must not damage the vehicle or cause injury to the crew. The functioning of the munitions must be controlled from a central unit mounted within reach of both the driver and the assistant driver. The mounts, blast shield, adapters, control box, and packaging required to outfit one vehicle are not to exceed 150lbs in total. It is desired that a common mount be provided that would fit all the subject vehicles. The mounting system is intended to be a temporary addition to the subject vehicle, and therefore it is desired that no permanent modifications to said vehicle be made when mounting the system. In response to this survey, information shall be provided on the following areas and topics. Additional information and topics are also encouraged. All responses to this survey must be in the English language. Item Status: The response shall include information on the design, fabrication and testing capabilities to be used in this effort. Safety Program: Information shall be provided on existing system safety engineering capability and experience in meeting U.S. Army, Navy and Air Force health and safety requirements. The contractor must be certified to handle and store explosives. Industrial Preparedness: Information shall be provided on facilities and tooling available to support development and production. History of design and development efforts for similar vehicle mounting systems shall be submitted to demonstrate past performance, with emphasis on work performed for the U.S. Government. Acquisition Teaming: Information shall be provided describing experience in teaming, to include level of involvement with emphasis on participation in U.S. Government defense acquisition teams. Note that this is a Sources Sought Notice; therefore there is no solicitation or vendor mailing list available. Responses to the above topics should be e-mailed to cdefinis@pica.army.mil, while brochures may be mailed to Christine DeFinis, Acquisition Center, Building 10, Picatinny Arsenal, NJ 07806-5000. Information regarding this action can be accessed at http://www.procnet.army.mil. Posted 03/25/99 (D-SN312597). (0084)

Loren Data Corp. http://www.ld.com (SYN# 0184 19990329\25-0004.SOL)


25 - Vehicular Equipment Components Index Page