MODIFICATION
10 -- Common Remotely Operated Weapon Station (CROWS)
- Notice Date
- 9/2/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-11-R-f015
- Response Due
- 3/2/2012
- Archive Date
- 3/2/2013
- Point of Contact
- Travis James, Contract Specialist, 973-724-4591
- E-Mail Address
-
Travis James
(travis.james3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ****NOTICE: THIS SOLICITATION HAS BEEN REVISED AS FOLLOWS**** The Army Contracting Command (ACC) - Picatinny, Picatinny Arsenal, NJ, on behalf of Project Manager Soldier Weapons, has a requirement for manufacturing M153, Common Remotely Operated Weapon Station (CROWS) systems and spare parts, recapitalization/reset/overhaul of previously delivered M153 CROWS systems, and CROWS engineering and logistics support. The total contract value is estimated at $970M. The CROWS is a multivehicle externally mounted weapon mounting and control system that allows the gunner to remain inside the vehicle protected by armor while firing a variety of crew served weapons. The CROWS provides remote day and night sighting and ballistic control capability, providing first-burst engagement of targets at maximum effective weapon range while on the move. The major CROWS sub-assemblies include: Fire Control Unit, Control Grip, Main Frame Assy, Right Side Support Assy, Left Side Support Assy, Servo Sight Assy, Thermal Imaging Module, Visual Imaging Module, Soft Mount, Cocking Actuator, Laser Range Finder, Ammo Box Assy, Weapon Adaption Kits, Cables, and Cover. This list is not all inclusive. The U.S. Government intends to satisfy the above CROWS requirements through a Firm Fixed Price, Full and Open Competition, Indefinite Delivery/Indefinite Quantity (IDIQ), single award contract. The expected contract duration is five (5) years. Orders will be issued against the IDIQ contract in accordance with the Statement of Work (SOW). The SOW will include: I. Production of CROWS (total quantity estimated at 3,000 systems) and spare parts. The production rate can vary, depending on requirements and funding availability from 0 to 50 CROWS per month with the ability to surge to 150 CROWS per month for limited durations, as required. II. Product improvements, integrations, and testing. III. Training, overhaul, depot-level, field maintenance support, recapitalization/reset of CROWS, and general engineering support, as required. The CROWS will be built to a detail specification. The detail specification includes the performance requirements and technical drawings. The detail specification states the design requirements, how the requirements are to be achieved and how the components are to be fabricated or constructed. The detail specification does not include technical drawings and assembly procedures for some sub-assemblies, which are to be made by qualified directed sources at least until the First Article Testing phase. This approach will ensure a very high level of commonality between the new CROWS producer and commonality/interchangeability with existing CROWS systems. The U.S. Government will provide the aforementioned data on a Digital Video Disc (DVD). Most data will be in a Portable Data Format (pdf) format but some data may be provided in other formats. Below is a list of items that are planned to be provided as part of the formal solicitation: - Detail Specification - Performance requirements - Technical Drawings - Specifications and Interface Control Documents for those components for which detailed technical drawings are not provided. - Solid models for castings including machining drawings - Gerber formatted printed circuit board layouts with pick and place data - Assembly procedures - List of approved sources for sub-assemblies at various levels of production build - Quality requirements - Test requirements - Executable software files The software code and associated documentation will not be released nor will prospective contractors have access to it at any time. Only the executable software files will be provided. The software code will be managed by the U.S. Government. Any software changes required in the execution of the contract will be addressed through a software change process between the U.S. Government and the prospective Contractor. The design/production data described above will be provided upon request after the Request for Proposals release provided that all prerequisite paper work (described below) is properly completed, submitted, and approved. For U.S. & Canadian Companies: In order to process a request for the data, each requester (U.S. & Canada) must complete and submit the following forms: - DD2345 Military Critical Technical Data Agreement - AMSTA-AR Form 1350 Technical Data Request Questionnaire - Use and Non-Disclosure Agreement - Non-Disclosure and Non-Use Agreement The agreement will include requirements for limiting distribution of data and the destruction of data provided or reproduced. For Other Foreign Companies: All other foreign companies shall be compliant with the International Traffic in Arms Regulations (ITAR) requirements. The countries of Australia, Germany, the United Kingdom, and Norway are exempt from ITAR restrictions in accordance with 22 CFR 125.4(c) for the Pre-Solicitation Conference and solicitation; however these countries shall be ITAR compliant before a contract award. This exemption will terminate on 25 August 2012. All other countries shall obtain the appropriate licenses from the Department of State directly. In order to process a request for the data, each requester (Other Foreign) must complete and submit the following forms: - AMSTA-AR Form 1350 Technical Data Request Questionnaire - Use and Non-Disclosure Agreement - Non-Disclosure and Non-Use Agreement The agreement will include requirements for limiting distribution of data and the destruction of data provided or reproduced. This announcement serves as notification that export control procedures regulated by the ITAR are in effect on the above stated data. Contractors interested in receiving this data must be in compliance with the ITAR and obtain the proper authorizations, which we encourage to do so as soon as possible. The data will be marked Distribution Statement B Distribution authorized to U.S. Government agencies only. All other requests for this data shall be referred to Project Manager Soldier Weapons. Foreign vendors and contractors shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. Contractors may consult with the Department of State regarding any questions relating to compliance with the ITAR and may consult with the Department of Commerce regarding any questions they may have relating to compliance with the Export Administration Regulation (EAR). Please reference the following link consulting these regulations http://www.pmddtc.state.gov/regulations_laws/itar.html. The Contractors responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided above. After contract award, the contractors will be provided Government-Furnished Materiel (GFM) to help validate interfaces and qualify suppliers. The GFM may include full up M153 CROWS systems, select parts and weapons. Contractors must make the appropriate accommodations to be approved for handling and storage of weapons. The U.S. Government support may be provided to assist in understanding the setup and use of the M153 CROWS and its operation following contract award. The current schedule projects a Pre-Solicitation Conference at Picatinny Arsenal, NJ, on 6 October 2011 and a solicitation release in November/December 2011. Only contractors who have pre-registered for the Pre-Solicitation Conference will be admitted. Please reference the Pre Solicitation Conference Requirements notice posted on 1 July 2011. All responses to this notice shall be in writing in the English language and at no cost or obligation to the U.S. Government. The POCs for this action are John Hynes, ACC-PICA-SW, Bldg. 9, Picatinny, NJ 07806-5000; email: john.hynes1@us.army.mil; and Timothy Batko, ACC-PICA-SW, Bldg. 9, Picatinny, NJ 07806-5000; email: tim.batko@us.army.mil Telephone inquiries WILL NOT be entertained.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5c42b04bbf1fdeb965707f313ad73282)
- Record
- SN02562053-W 20110904/110902235951-5c42b04bbf1fdeb965707f313ad73282 (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 |