SOLICITATION NOTICE
10 -- 10--40mm Grenade Launcher Module (GLM)
- Notice Date
- 6/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-04-R-0416
- Response Due
- 8/18/2004
- Archive Date
- 8/6/2004
- Point of Contact
- JOANNE CICARONE, Contract Specialist, (973)724-4049
- E-Mail Address
-
Email your questions to JOANNE CICARONE
(cicarone@pica.army.mil)
- Description
- The U.S. Army ARDEC, Picatinny Arsenal, NJ 07806 has a requirement for a non- developmental 40mm Grenade Launcher Module (GLM). The GLM will replace the M203 Grenade Launcher as a lethality upgrade in the emerging U.S. Army "Units of Action" and it will also be fielded within the Army's Training and Doctrine Command (TRADOC). The GLM shall be more reliable, more ergonomic, more accurate and safer than the M203 Grenade Launcher. The GLM shall be capable of firing all current U.S. standard 40mm x 46mm low-velocity ammunition. It must have a breach mechanism that is able to accept improved lethality munitions with longer payloads/warheads than current 40X46mm munitions to accommodate system growth. The GLM must initially mount on the M4 Modular Weapon System with a mounting architecture flexible enough for adaption to the M16A2 and M16A4 rifle as well as future rifles/carbines (mounting hardware can differ for attachment to each host weapon; however, the basic launcher and sighting system must be able to mount to all host weapon variations and without modifications). When removed and replaced, the module will return to its normal bore allignment regardless of the host weapon interface. The GLM must have a probability of hit (within a 5 meter radius) of: P(H)_>.60 at100m,>.50 at 200m_> .30 at 300m_> .20 at 400m. The GLM shall include a sight that provides day and night targeting and a secondary sight in the event the primary sight becomes inoperable separ- ated from the weapon. The GLM system must have a rage determination capability. Each GLM shall possess a stand-alone capability in addition to its role as a combination weapon. The GLM requirement will be met with a base contract of 60 systems for developmental testing to be procured in FY04. There will be up to 2000 systems and a second option of up to 9000 systems. The contractor must be able to sustain a delivery schedule of 240 systems per month with a possible increase of as much as 1,000 systems per month beginning sixty (60) days from successful completion of First Article Testing. The offeror shall submit five (5) bid samples , in addition to written technical proposals, each with a sighting system, a reange determination device, an M4 MWS mounting configura- tion and a stand-alone kit. The winning offeror must be able to deliver 15 of the 60 systems NLT 30 days from the date of award for safety certification developmental testing, and a Limited User Test. There shall also be a First Article Test (FAT) quantity of five (5) items that must be passed prior to approval of the first option. The Government reserves the right to waive FAT. Proposals shall identify to the Government if the product being offered is a commercially available or a non-developmental item. Proprietary and/or classified information will be protected if requested with submission. A competitive Request for Proposal (RFP) will be posted on the TACOM-ARDEC Acquisition Center website located at: http://procnet.pica.army.mil on or about July 16, 2004. Proposals will be required within thirty (30) days from date of release of the RFP. Additionally, interested offerors shall be required to submit design interface drawings for the M16A2 and M16A4 weapon mounts, in accordance with the solicitation. Point of contact for this requirement is Mr. Robert Chung, Contract Specialist, AMSTA-AQ-APD, Bldg 10, Picatinny Arsenal, NJ 07806-5000, email: rchung@pica.army.mil, telephone number: 973-724-5969.
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-04-R-0416)
- Record
- SN00608435-W 20040625/040623212244 (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 |