SOURCES SOUGHT
A -- Lightweight Barrel Technologies Sources Sought Announcement
- Notice Date
- 6/9/2010
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-10-X-0456
- Response Due
- 6/30/2010
- Archive Date
- 7/30/2010
- Point of Contact
- John Hynes, Contract Specialist
- E-Mail Address
-
John Hynes
(john.hynes1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Joint Munitions and Lethality Life Cycle Command, Picatinny Arsenal, NJ is interested in determining the state of the art/ practice of readily available barrel technologies that reduce overall barrel weight. The purpose of conducting this survey as part of a research effort is to identify potential sources of different types of readily available barrel making technologies that will reduce overall barrel weight while maintaining the required muzzle velocities and design safety factors associated with existing barrels. The overarching objective of this research effort is to ascertain 1) the viability short term (less than one year) implementation of readily available light weight barrel technologies for low rate of fire weapon systems such as bolt action sniper rifles and 2) quantify and characterize limitations and tradeoffs associated with light weight barrel technologies. In addition, the government seeks to characterize tradeoffs associated with system performance such as accuracy and dispersion, heat dissipation, erosion, barrel harmonics, and recoil. Potential lightweight barrel candidates shall meet the following criteria: 1)Readiness Level: Design is ready to work in its final form and under expected conditions and the manufacturer currently has the required tooling/machinery to fabricate and deliver small sample quantities within 60 days after contract award for Government evaluation. The manufacturers existing technical data currently provides sufficient data to support fabrication of prototype materiel (Developmental Design Drawings) and production processes are mature enough to reliably fabricate samples for evaluation. (See MIL-DTL-31000C, section 3.6.1 for Developmental and Product drawing definitions). 2)Technology/Technical Approach: Weight reduction that is accomplished solely by removing steel from a barrel (e.g. fluting, tapering) does not apply to this source sought announcement. The Government is interested in the use of alternative barrel materials and/or processes to include, but not limited to, carbon fiber wrapped or low density alloy composite barrels and/or new manufacturing methods that enable the use of alternative barrel alloys to reduce weight and maintain or improve barrel stiffness. 3)Caliber: Chambered to accommodate a.300 Winchester Magnum caliber cartridge. 4)Interface: Must be fabricated in a way to interface with a Remington 700 action. 5)Length: The technology and processes must be such that fabrication of barrels from 22 to 28 inches is achievable. 6)Muzzle Break Interface: The technology, design, and process must be such that external threads can be machined near the crown of the barrel to accommodate commercially available muzzle break/sound suppressor assemblies. 7)High Pressure Resistance: All barrels should be able to safety accommodate high pressure events which will be validated by firing proof rounds that conform to ANSI/SAAMI 2299.4 This survey will provide insight to the government on lightweight barrel technologies that are readily available for immediate employment by the Government for evaluation. Request interested firms provide details of their product as relates to the detailed information above, along with associated pricing information. Also request the questionnaire below be addressed. All submissions shall be limited to 15 pages. Vendor Questionnaire: Configurable Extended Range Sniper Rifle. The purpose of this questionnaire is to obtain information from industry to assist in the market research. Government encourages all interested vendors to submit any comments that they might have. 1.Company Name 2.Company Address 3.Company point of contact and phone number 4.The North American Industry Classification System (NAICS) code for this effort is 332994. With small business size standard of 500 employees. Based on this information is your business considered a small business? 5.Commerciality: a.( ) Our product as described above, has been sold leased or licensed to the general pubic b.( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense c.( ) None of the above applies. Explain. 6.Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 7.Major partners or suppliers. 8.Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 9.Please provide any additional comments. Any and all information should be mailed,at no cost or obligation to the government, within 15 days of this announcement to : US Army Contracting Command, Joint Munitions & Lethality Contracting Center, ATTN: John Hynes, Contract Specialist, Building 9, CCJM-SW, Picatinny Arsenal, NJ 07806-5000 or email: john.hynes1@us.army.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. This is a Market Survey for information only and should not be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government.. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e03f93fa55a0d89ddf08995cfb19197)
- Record
- SN02173093-W 20100611/100609235516-8e03f93fa55a0d89ddf08995cfb19197 (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 |