Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2017 FBO #5627
SOURCES SOUGHT

10 -- MAAWS (Multi-Role Anti-Armor Anti-Personnel Weapon System)

Notice Date
4/18/2017
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-X-09EZ
 
Archive Date
5/18/2017
 
Point of Contact
John Hynes, Phone: 9737244137
 
E-Mail Address
john.w.hynes2.civ@mail.mil
(john.w.hynes2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of Project Manager Soldier Weapons (PM SW) is conducting a market survey to identify potential sources for immediate procurement of a reusable shoulder fired recoilless weapon system and family of ammunition. The US Army has a requirement for a shoulder-launched system and associated munitions to defeat various targets. Types of munitions that are being sought in the system include High Explosive Anti-Tank (HEAT), High Explosive (HE), Smoke, Illumination, Area Denial Munition (ADM), High Explosive Dual Purpose (HEDP), Anti-Structure Munition (ASM), Multi-Target (MT), and training ammunition. The weapon system can be crew served and should be no greater than 15 lbs. and the associated ammunition should be no greater than 10 lbs each round. The system and munitions must be capable of being rigged for airborne and submersible operations in accordance with existing service procedures. The system and munitions must be sufficiently rugged to remain safe, operational and effective following exposure to the rigors normally associated with military operations, including air delivery and salt water submersion. A fully developed system with associated munitions is desired, not to exceed 12 months to delivery of production configuration. The weapon system must be compatible with interchangeable fire control systems. Additionally, the weapon system must include a subcaliber training system. The subcaliber training system must replicate the trajectory and crosswind behavior of the tactical munition throughout its effective range. The system and munitions must meet U.S. safety and performance requirements. Note that if any test and evaluation is required, the test and evaluation process does not have to be performed specifically and exclusively for/by the Government. The Government is willing to work with the vendor, their subcontractors, or other parties to accomplish the testing/evaluation as efficiently as possible. In response to this survey, information shall be provided on the following areas and topics. Additional information and topics are also encouraged. All responses to this survey must be in the English language. Item Status: Information shall be provided that shows item production status or how the item will be developed. It shall include information on the design, fabrication and tests completed or to be conducted to validate the design. Cost/Schedule: Actual or expected production unit costs for the system and munitions shall be provided. The time required to deliver the production items shall also be provided. Safety Program: Information shall be provided on existing system safety engineering capability and experience in meeting U.S. Army, Navy and Air Force health and safety requirements. Industrial Preparedness: Information shall be provided on round availability, including a summary of facilities and tooling available to support development and production. Production history for recoilless rifle systems and family of munitions shall be submitted to demonstrate past performance, with emphasis on work performed for the U.S. Government. Acquisition Teaming: Information shall be provided describing experience in teaming with a customer, to include level of involvement with emphasis on participation in U.S. Government defense acquisition teams. Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address 3. Company point of contact and phone number 4. Major partners or suppliers 5. The North American Industry Classification System (NAICS) code. Is your business considered a Small Business based on your NAICS Code? 6. Description of capability to develop and/or manufacture a system(s) to meet the criteria listed above. 7. Commerciality: (a) Our product as described above, has been sold, leased or licensed to the general public. (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: 8. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 9. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 10. Please provide any additional comments. This announcement does not constitute an invitation for bids or a request for proposal, nor is it to be construed as a commitment by the Government. All information is to be submitted at 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 announcement. The Government is not obligated to notify respondents of the results of this announcement. Interested sources should submit the requested information not later than May 03, 2017 via email ONLY to ACC-NJ, Attn: John Hynes at john.w.hynes2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a6562cb32899f30ed5004aae797ef88)
 
Record
SN04476765-W 20170420/170418235541-8a6562cb32899f30ed5004aae797ef88 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.