Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOURCES SOUGHT

A -- XM312

Notice Date
2/14/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
DAAE30-03-R-0410
 
Point of Contact
Kelly A. Gerould, Contract Specialist, (973) 724-4220
 
E-Mail Address
Email your questions to Kelly A. Gerould
(kgerould@pica.army.mil)
 
Description
The Product Manager for Crew Served Weapons is seeking sources for the execution of the rapid production of the XM312, Light Weight .50 Caliber Machine Gun. The XM312 will be developed on an accelerated schedule to address urgent need requirement to deliver 50-100 weapons within 16 months of contract award with initial delivery within 12 months. The XM312 will eventually replace the M2 for both the mounted and dismounted roles. The Product Manager foresees complex issues of integrating designs and requirements of the weapon system, supportability, and integration with current and future vehicles during development. System Description: The XM312 consists of a light weight low recoil weapon (ground or vehicle mountable) and a ground mount. The XM312 system, weapon and tripod only, will weigh no more than 45 pounds. The XM312 recoil force will be less than half of the M2?s recoil. The XM312 system dispersion will be less than a third of the M2?s dispersion. The XM312 will be capable of firing standard .50-caliber cartridge types used in the M2 machine gun which are the M33 ball, M17 tracer, M8 armor-piercing incendiary (API), the M20 API tracer, the M903 sabot light armor penetrator (SLAP), the M962 SLAP tracer and the Mk211 multipurpose. The system will have an effective range out to 2,000 meters. The sustained rate of fire will exceed or equal the M2?s sustained rate of fire of 40 rounds per minute. The system should be rugged enough to withstand military use, including airborne and shipboard operations without degradation of the XM312?s performance. The weapon provides automatic weapon suppressive fire for offensive and defensive purposes. This weapon can be used effectively against personnel, light armored vehicles; low, slow flying aircraft; and small boats. The weapon must be able to be re-configured to fire a family of 25mm fuzed and unfuzed ammunition. The 25mm variant weapon must maintain a high percentage of common components with the .50 caliber configuration. The 25mm configuration must be able to mount and control a ruggedized, compact, single, integrated full solution day/night target acquisition/fire control (TA/FC) system capable of all weather operations. The weapon must have mounted switches to interface with the TA/FC for the 25mm configuration and will command the laser rangefinder and allow manual manipulation of the airburst range of a fuzed munition. The 25mm ammunition and TA/FC described above are not to be developed under this effort. The offeror must have working developmental prototypes or test beds to demonstrate both the XM312 and the 25mm variant. The offeror must conduct testing to verify models and designs. This testing would include but is not limited to aeroballistic testing, weapon recoil mitigation, system characterization, and weapon load testing. The deliverables will be two XM312 prototype systems for testing 8-10 months after contract award followed by 50- 100 low rate production weapons 12-16 months after contract award. The government is interested only in those potential offerors who have specific knowledge with this subject matter and have experience to conduct a successful development and rapid production phase within the 16 month period, and can meet the U.S. Army?s minimum technical requirements listed in the System Description paragraph. In response to this survey, contractors should provide specific knowledge, abilities (including drawings and results of their working prototypes), and past efforts that will give the government the required confidence that the contractor is capable of executing a successful program. Offerors considering a teaming arrangement with other companies should provide notice to that effect as well as provide individual team member specific knowledge, abilities, and past efforts. Interested offerors and those of their team members should submit their qualifications for executing this phase of the program within 30 days to: Commander, US Army TACOM-ARDEC, Acquisition Center, AMSTA-AQ-APD, BLDG. 10, ATTN: Kelly Gerould, Picatinny Arsenal, NJ 07806-5000, email: kgerould@pica.army.mil. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration; (4) A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. A security clearance of SECRET is required for performance of this effort. All information is to be submitted at no cost or obligation to the Government. Electronic responses are preferred; please see the Procurement Network site, http://procnet.pica.army.mil for the correct file format. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. This is sources sought notice only. It is for planning purposes only and should not be construed as a Request for Proposal.
 
Web Link
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/SRCSgt/021420034/021420034.htm)
 
Record
SN00259848-W 20030216/030214213525 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.