SOURCES SOUGHT
13 -- 155mm Modular Artillery for Combat Effectiveness (MACE)
- Notice Date
- 11/13/2024 11:06:12 AM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-25-X-120N
- Response Due
- 1/13/2025 8:59:00 PM
- Archive Date
- 01/28/2025
- Point of Contact
- Mary O'Connell, Eric J. Wagner, Phone: 5206698708
- E-Mail Address
-
mary.p.oconnell3.civ@army.mil, eric.j.wagner1.civ@army.mil
(mary.p.oconnell3.civ@army.mil, eric.j.wagner1.civ@army.mil)
- Description
- Market Survey: 155mm Modular Artillery for Combat Effectiveness (MACE) Projectile Body Product Service Code: 1320 Ammunition, over 125mm NAICS Code: 332993 - Ammunition (except Small Arms) Manufacturing The U.S. Army Contracting Command-New Jersey (ACC-NJ) located at Picatinny, NJ on behalf of the Project Manager Combat Ammunition Systems (PM CAS) is conducting a market survey to identify material and manufacturing solutions for a 155mm projectile bodies that can deliver multiple types of lethal and nonlethal cargo payloads up to 17 inches in length to ranges of 30 km to 35 km when fired from 39-caliber artillery systems. The purpose of this market survey is to obtain current information on the proposed solutions capability and maturity and to identify capacity gaps in order to plan future contract strategies. Potential future production rates are up to 150,000 projectile bodies per year. The United States Government (USG) is seeking information on a low cost 155mm MACE projectile. The 155mm projectile must accurately deliver cargo payloads provided target coordinates are available prior to firing. The projectile should be compatible with legacy propellant systems and currently fielded 39-caliber weapon and be easily adapted to future 52 caliber howitzer systems and future propellant systems. The offeror must identify which essential characteristics of USG systems must exist and/or be modified to achieve the desired ranges and accuracy. For example, highlight any changes to projectiles, propellant, fuzing, guidance kits, fire control or the weapon system. It is desired that a System Design Review and Technical Readiness Level (TRL) 6 demonstration can be achieved to assess design maturity within 18 months and a qualification to demonstrate production readiness within 36 months of contract award. The unit and life cycle cost estimates, as well as secondary costs associated with changes to other USG systems are important to the USG. A response to this survey should address adequate engineering, technical and manufacturing capability to deliver the 155mm MACE projectile. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate its ability to obtain those resources to meet the required timeline. Respondents should provide the following information which will assist the USG in developing its acquisition strategy: a) Provide company name, address, Commercial and Government Entity (CAGE) code, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business); b) Description of proposed system and cargo dimensions; c) Provide a self-assessment of technical maturity, to include any evidence of capabilities of the projectile that can achieve ranges of 35km, i.e. specific test demonstrations conducted to date including details on fuzing, propellant, guidance kits, and weapon system(s) used; d) Provide evidence of compatibility with 52 caliber howitzer systems and alternate propellant systems; e) Description of proposed developmental schedule through system qualification, including a System Design Review and TRL 6 demonstration; f) Provide a Rough Order of Magnitude (ROM) of cost and schedule to deliver 10 and 50 prototypes to support TRL 6 demonstration and developmental testing; g) Description of the facilities, equipment, manufacturing processes, inspection capability, personnel (number of employees, experience, specialized skill sets), estimated non-recurring engineering costs, and Quality Management System; h) Provide a ROM unit cost in production for the following production ranges: 100-500 units per year 501-2,500 units per year 2,501-5,000 units per year 5,001-10,000 units per year 10,001-50,000 units per year 50,001-100,000 units per year 100,001-150,000 units per year No Technical Data Package nor performance specification will be provided with this market survey. A System Objectives Document (SOD) will be provided upon request for information only. The SOD is marked Distribution D, therefore distribution will only be authorized to the Department of Defense (DoD) and United States DoD Contractors. In order to receive the SOD, contractors are required to submit a signed and completed DD Form 2345, Militarily Critical Technical Data Agreement; AMSTA-AR Form 1350, Technical Data Request Questionnaire; and Non-Disclosure Agreement. All information is to be submitted at no cost or obligation to the Government. This market survey is for informational and planning purposes only and shall NOT be construed as a Request for Proposal (RFP) or an obligation on part of the USG. The USG does not intend to award a contract on the basis of this market research or otherwise pay for the information provided. This is a market survey notice, which is part of the Government�s market research; it is not a pre-solicitation notice. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. Please identify any proprietary information submitted. Proprietary responses will be protected in accordance with documentation markings. The U.S. Government will not consider marketing brochures adequate information in response to this notice and reserves the right to reject, in whole or in part any private sector input as a result of this market survey. All information provided will not be returned and will be held as contractor confidential information. All submissions are required to be made within forty (40) business days from the date of this publication, by 13 January 2025 at 11:59 PM EDT at no cost to the USG by electronic mail to eric.j.wagner1.civ@army.mil and mary.p.oconnell3.civ@army.mil. All contractors interested in this potential future solicitation must be registered in the System of Award Management (SAM). The response shall utilize Sources Sought Number W15QKN-25-X-120N. Contracting Officer: Eric Wagner Contract Specialist: Mary O�Connell The USG will accept written questions by email ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/53c1ee3ea97b42138feb6fa1a8ec934c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07264154-F 20241115/241113230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |