SOURCES SOUGHT
10 -- Short Range Precision Strike System (SRPSS) for the US Army Aviation and Missile Command (AMCOM)
- Notice Date
- 8/3/2011
- Notice Type
- Sources Sought
- Contracting Office
- ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q11R0225
- Response Due
- 9/18/2011
- Archive Date
- 11/17/2011
- Point of Contact
- Bernadine Stokes, 256-842-7141
- E-Mail Address
-
ACC-RSA - (Missile)
(bernadine.stokes@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Intent: The US Army Aviation and Missile Command (AMCOM) Program Executive Office (PEO) Missiles and Space (M&S), Project Manager (PM) Joint Attack Munition Systems (JAMS), on behalf of the Warfighter, seeks information from industry for a Short Range Precision Strike System (SRPSS). The weapon system should provide the capability for precision engagements by U.S. Special Operations Force (SOF) users against enemy forces. The entire system is required to be man-portable, thus it is strongly desired that it weigh less than 65 pounds and be smaller than 48x6x6 inches including all cables, power source, fire control and any other required accessories. The system is required to be used both day and night in all weather conditions in order to engage enemy personnel in the open, light structures, and vehicles. The enemy vehicles could be stationary or moving commercial SUVs, pick-ups, or sedans. The system, at a minimum, should include a Global Positioning System/Inertial Navigation System (GPS/INS) and Semi-Active Laser (SAL) terminal homing guidance system. It is desirable to have additional guidance modes such as, but not limited to, millimeter wave radar, synthetic aperture radar, imaging infrared or Light-Detection and Ranging (LIDAR). System is required to be capable of static or moving employment (from friendly vehicles on the move). The SRPSS should be capable of engaging at a threshold maximum range of not-less-than six (6) kilometers and an objective maximum range of not-less-than fifteen (15) kilometers, and have the ability to be used in direct fire at a minimum range of not-greater-than 100 meters if needed; intent of the engagement is a K-kill. While the sources sought is directly related to ground to ground engagements it is highly desirable that the system be compatible with UAVs and rotary wing aircraft. If the Government awarded a contract as a result of a formal solicitation, it would be desirable that SRPSS offerings be available for technical demonstration firings within 12 months of the date of contract award. The response needs to address the following topics: 1.A top level system description, operational concept(s) and engagement capabilities that include: engagement time, min and max ranges, rate of fire, potential for rapid/ripple-fire, off-axis launch capability, impact accuracy and collateral damage mitigation 2. Lethality against the intended targets (include predicted strike geometry and information on warhead fuze) 3. Human factors (to include weapon system size and weight) required for weapons/ordnance handling and employment 4. Cost Estimates (estimated design prototype unit costs for firing-demonstration test articles, and estimated low rate initial production unit costs for munition/launcher/fire control/harnesses for an assumed buy quantity of 100, 250, and 500 munitions and associated launchers/fire control/harnesses) 5.Assessment of the Technology Readiness Level (TRL) of your product. Substantiate TRL claims, where possible, including descriptions of test and evaluation events associated with weapon design. Also provide and substantiate the Manufacturing Readiness Level (MRL) for your product 6.Identify planned near-term (within next 6 months) test and demonstration events associated with your weapon system that may offer greater insight and/or substantiate improved TRL or MRL The topics above do not constitute evaluation criteria. Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this request for information. Therefore, all costs associated with the Request for Information submissions will be solely at the expense of the concern submitting the information. The Government may request additional information upon review. Responses to this RFI will not be returned and results of any Government analysis will not be provided. Responses should include: a. Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address b. Point of contact, including: name, title, phone, and email address c. Size of company, average annual revenue for the past three years, and number of employees d. Whether the business is classified as a Large, Small, Small Disadvantaged, 8 (a), Women Owned Small Business, Veteran Owned Small Business, and/or Service Disabled Veteran Owned Small Business It is intended that this RFI will be open for 45 calendar days from date of publication. Information may be submitted by any governmental or non-governmental entity including commercial firms, institutions of higher education and with degree granting - program in science and/or engineering (universities), or consortia led by such concerns. The government encourages participation by small disadvantage business, hub-zone small business, women owned small business, veteran owned small business, and historical black colleges and university, and minority institutions. Respondents are urged to limit their response to this RFI to Not-to-Exceed 10 pages in length on 8.5 x 11 paper with a font size no smaller than Arial size 10. Both the front and back of a page may be used for the 10 pages. A two sided page will be considered one page for the purpose of counting the 10 page limit. Information on the respondent's organization is Not-to-Exceed two (2) pages as the focus should be on the technical aspects of the submission. The following may be included and will not count toward your 10 page limit: cover page, table of contents and rear cover page. All information must be provided readable by MS Word 2003 or MS Excel 2003 or Adobe Acrobat and be provided with proper markings for unclassified and proprietary information. It is requested that no classified data be provided. If respondent believes a complete response would require classified information submission, please notify the government immediately so that proper actions by the government and contractor can be taken. Responses should be properly labeled handled and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Note: If the interested party is a foreign concern, or if a US interested party has a team member or partner who is a foreign entity, then they will need to adhere to all International Traffic and Arms Regulations (ITAR) requirements. All submittals will be treated (and marked) at a minimum as For Official Use Only. No email submissions will be accepted. All information received in response to this RFI that is marked proprietary will be handled accordingly. It is requested that the best responses be provided no later than 5pm Central Daylight Savings Time 45 days from the date of RFI publication in the FedBizOpps. Responses must be submitted by means of two CDs or DVDs and two hardcopies, double wrapped in accordance with the NISPOM, to: U.S. Army Contracting Command Aviation and Missile Command Contracting Center CCAM-TM-T/Attn: Ms. Bernadine Stokes Building 5303 Martin Road Redstone Arsenal, AL 35898-5000 All interested responsible businesses are encouraged to submit any questions relative to this Market Survey/Request for Information at any time prior to expiration of this RFI to: Ms. Bernadine Stokes, bernadine.stokes@us.army.mil, (256)842-7141.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/76dbba4d4e25fff24a885ede4a8c81ff)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02519942-W 20110805/110803235132-76dbba4d4e25fff24a885ede4a8c81ff (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 |