SOURCES SOUGHT
13 -- Production of Block Ia unitary warhead variant of the XM982 projectile
- Notice Date
- 12/6/2005
- Notice Type
- Sources Sought
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-06-X-0853
- Response Due
- 1/6/2006
- Archive Date
- 2/5/2006
- Description
- TACOM-ARDEC, Picatinny Arsenal, NJ is seeking qualified sources for a five year Production effort beginning in FY06 for the Block Ia unitary warhead variant of the XM982 ???Excalibur??? a 155mm artillery projectile. A modification to an existing contract is anticipated in March 2006 with estimated round quantities of 170-270. Follow-on contract awards are anticipated beginning in October 2006 with estimated round quantities of 150-350 in FY07, 300-500 in FY08, 400- 600 in FY09, and 500-700 in FY10. Deliveries will be within 20 months after award and within 12 months after exercise of each option. The Excalibur Program is for a Precision-Guided, Extended-Range family of 155mm projectiles to deliver precise, lethal, cost effective fires at ranges of up to 35 km and greater. The 155mm Excalibur projectile will enable the maneuver commander to precisely defeat critical targets while minimizing collateral damage and unexploded ordnance. Excalibur performance will be largely dependant upon accurate target locating systems and sensors. This program supports the requirements of the US Army and those of the Swedish Army. It uses an incremental development approach with time-phased improvements in performance capabilities. The first unitary warhead, Block Ia-1, began production in FY05 and is currently in production. The second unitary warhead, Block Ia-2, is in SD&D phase, and is expected to begin production in 1QFY07. The performance specification PRF 12999870 is posted for your review in response to this market survey at http://procnet.pica.army.mil/dbi/DynCBD/SourcesSought.cfm All responses to this market survey are required to be English. To be considered, all interested sources must provide requested information and data in response to the following: (a)Provide a detailed description of your system to include physical characteristic length, weight, etc. (Weight must be less than or equal to 106 pounds.) (b)Provide evidence of US Government-approved (POP certified) protective container for shipment of the round. (c)Provide evidence of interoperability with GPS. Must receive GPS position, velocity and timing information from GPS satellites. (d)Provide evidence of meeting the following Key Performance Parameters when launched from US or Swedish howitzer systems: 1 Accuracy: 20 meters CEP- threshold, 10 Meters CEP ???objective 2 Effectiveness: Greater than or equal to the M107 HE threshold/objective 3 Reliability: Greater than or equal to 85% - threshold, greater than or equal to 96% objective (e) For FY06 deliveries, do you anticipate requiring any waivers or deviations from the performance specification? If so, provide a list. (f) Does a complete technical data package exist for your round? (g) Provide rough order magnitude estimated price per projectile in U.S. dollars for annual quantities of 1-500, 501-1000. (h)Current /on-going Production Line for this round: 1 What is the current rate and duration of production? 2 What is the maximum rate of production using current facilities? 3 Provide evidence of capability of current production line. If current production line is not capable of production/delivery of estimated quantities for FY06-FY10, provide list of facilitization required with estimated price. 4 Provide evidence of ability to meet the specifications and quantity. 5 Provide evidence of in-process production/testing is used to ensure item quality in gun-hardened environment. 6 Provide evidence of Production Readiness Reviews (using the Willoughby emplate, reference DoD 4245.7-M) conducted at your facility for proposed round. (i) Provide lead time from contract award to first delivery. Additionally, provide proposed delivery schedule, to include a pre-qualification build and test period. The XM982 Excalibur projectile is built to a performance Specification. The Government does not have a mature technical Data Package, and some of the data items in the design are proprietary to the current producer:Raytheon Missile Systems and its subcontractors. Respondees must demonstrate integration of their product into the existing system. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at a no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their qualification data and requested information within 30 days of this notice to Pictinny Center for Contracting and Commerce, ATTN: Mr. Josh Minorics, AMSTA-AQ-APH, Bldg. 9, Picatinny Arsenal, NJ 07806-5000. Email: jminoric@pica.army
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-06-X-0853)
- Record
- SN00946665-W 20051208/051207093747 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |