SOURCES SOUGHT
13 -- 40MM PROGRAMMABLE AMMUNITION
- Notice Date
- 9/3/2004
- Notice Type
- Sources Sought
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016404R4843
- Response Due
- 9/22/2004
- Point of Contact
- ROBERT JUST TEL: 812-854-5197
- E-Mail Address
-
Email your questions to To email Point of Contact
(Robert.Just@navy.mil)
- Description
- MARKET SURVEY ? SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources-sought announcement as part of a market survey for multi-purpose long-range programmable 40MM air-bursting ammunition that can be safely employed from a shoulder fired grenade launcher. Other salient characteristics that are sought are: (1) Warhead - High Explosive Dual Purpose charge able to defeat both dismounted enemy soldiers and lightly armored vehicles; with a projectile mass of approximately 250 grams; (2) Fusing - Must be able to program the round to detonate in three modes: (A) Air-Burst Mode for enemy troops in open or defilade, (B) Impact Mode for light to medium armored vehicles and barriers, and (C) Delay Mode for firing through windows or other light barriers. The round sought would be programmable for these three modes prior to firing or in the act of firing. The programming would be effective to the maximum range of the round. Default mode must be impact. The fuse will! also have an inherent Self Destruct Mode with a factory-set time delay that will function if the warhead fails to detonate in the three programmable modes. (3) Extended Range: A range increase is sought from the current 400 meters to an objective range of approximately 600 meters, implying that muzzle velocity needs to be increased from current 77 meters per second to approximately 100 meters per second. This will also reduce time of flight, and flatten the trajectory. (4) Environmental Performance: The round sought must operate in all Special Operations Forces environments to include submersion in to 66 feet in seawater. Any responses to this notice should include the following: company name, brief description of company/capabilities, experience areas, history. Respondents are requested to provide pricing and availability information for the following quantities: 100-1000, 1001-5000, 5001-20,000, 20,001-50,000 and over 50,000 +. A respondent to this market survey mu! st have available a majority of the skills and facilities that are required to manufacture the 40mm ammunition. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc) available, the respondent must be able to demonstrate the ability to obtain those resources in a timely fashion. Interested companies who feel they possess the necessary capabilities should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, e-mail address, duns number, cage code and/or tax ID number, as well as size category (large/small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subc! ontractors must meet these criteria. Please provide this information by no later than 22 September 2004 to the technical Points Of Contact (POC) Mr. Bobby Just and Mr. Phillip McMillen. Mr. Just may be reached via e-mail at: Robert.Just@navy.mil, via facsimile at (812) 854-4405, or via phone at (812) 854-5197. Mr. McMillen may be reached via e-mail at: Phillip.McMillen@navy.mil, or via phone at 812-854-3431. The mailing address is: NAVSURFWARCENDIV Crane, ATTN: Mr. Bobby Just/Phillip Mcmillen, Code 4081 Bldg 2521, 300 Highway 361, Crane IN 47522-5001. It should be noted that during the evaluation of all information submitted, the government plans to utilize employees from Science Applications International Corporation (SAIC) as advisors to the Government evaluators. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated.
- Web Link
-
NSWC Crane's web page
(http://www.crane.navy.mil)
- Record
- SN00665548-W 20040905/040903212545 (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 |