SOURCES SOUGHT
A -- System Development and Demonstration for the XM307
- Notice Date
- 2/6/2003
- Notice Type
- Sources Sought
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- DAAE30-03-R-0409
- Point of Contact
- Kelly A. Gerould, Contract Specialist, (973) 724-4220
- E-Mail Address
-
Email your questions to Kelly A. Gerould
(kgerould@pica.army.mil)
- Description
- The Product Manager for Crew Served Weapons is seeking sources for the execution of the System Development and Demonstration (SDD) phase of the XM307, Objective Crew Served Machine Gun. The Government is currently conducting an Advanced Technology Demonstration (ATD). The XM307 is the next generation infantry crew served weapon that will replace selected MK19 and M2 machine guns for Objective Force Warrior (OFW) equipped infantry units and is the defensive armament system for the Future Combat Systems (FCS). The SDD phase is planned beginning in 4QFY03, followed by a 2 year Low Rate Initial Production (LRIP) starting in FY08. The SDD phase will be divided into 2 two-year sub phases, System Integration (SI) and System Demonstration (SD). The Product Manager foresees complex issues of integrating designs and requirements of the weapon system, ammunition, fire control, supportability and integration with OFW and FCS during development. System Description: The XM307 consists of a lightweight low recoil weapon (ground or vehicle mountable), a ground mount and a ruggedized compact, single, integrated full solution day/night target acquisition/fire control (TA/FC) system capable of all weather operations. A family of cartridges for the weapon will be developed including high explosive air bursting (HEAB) munition that will have a settable fuze, an armor piercing (AP) cartridge, a target practice (TP) cartridge, a target practice-spotter (TP-S) cartridge with a settable fuze and indicates actual burst location and a blank cartridge for force on force training. The TA/FC will have a direct view powered optic mode, thermal sighting mode and a television/camera mode all with automatic, ballistically adjusted reticles. It will include a laser range finder; a compass, cant and inclinometer; an environmental sensor suite; a combat identification module and an infrared aiming light; laser illuminator pointer and embedded training. The TA/FC will automatically program the HEAB or TP-S fuzes. It will contain a full ballistic algorithm to facilitate accurate placement of the airburst munition on target incorporating data from environment and attitude sensors. The TA/FC will be controlled from weapon mounted switches to command the laser rangefinder and allow manual manipulation of the airburst range. The system will be fully integrated with the OFW and FCS. The weapon portion of the system must be able to be re-configured to fire .50 caliber ammunition and maintain maximum commonality of its component parts when in the .50 caliber configuration. Key Performance Parameters (in a fielded system) include: Weight: The XM307 system will weigh no more than 75 pounds when fully loaded with 50 HEAB rounds, the TA/FC, tripod and power supply. Range/Lethality The system will have capability out to a range of 2,000 meters and must provide a probability of incapacitation P(i) of not less than 0.25 at 500 meters with a three round burst against personnel targets in defilade. The system must provide a fractional casualty F(c) of not less than 0.25 at 1000 meters with 3 three round bursts against a squad-sized target. The system must provide a mobility/fire power kill K(m/f) of not less than 0.5 at 1000 meters against a vehicle target using up to 12 rounds. Reliability: The system should be rugged enough to withstand military use, including airborne and shipboard operations without degredation of the performance. The contractor must have working developmental prototypes or test beds to demonstrate both the XM307 and the .50 caliber variant. The offeror must conduct testing to verify models and designs. This testing would include but is not limited to warhead arena testing, aeroballistic testing, laser testing (integration of lasers), integrated TA/FC model testing, HEAB reliability (both function and range), weapon recoil mitigation, system characterization and weapon load testing. The contractor must develop a virtual trainer with the capabilities to replicate the functions of the TA/FC with the bursting munitions in firing scenarios to allow cost effective training of troops. The virtual trainer will be used during user evaluations and engineering. Current Government simulators can be modified to meet this requirement. The SI deliverable will be five XM307 prototype systems for FCS integration in 4QFY05. A Critical Design Review and an In-Process Review will be conducted prior to entering the SD phase. The SD deliverables will be 12+50 production representative systems and ammunition in 4QFY06: 12 systems for Government testing and 50 systems for FCS integration. These hardware deliverables include HEAB and AP ammunition, TP, TP-S and blank cartridges. The Government is interested only in those contractors who have specific knowledge with this subject matter and have experience to conduct a successful SDD phase within the 48-50 month period and can conduct a successful LRIP phase by meeting the U.S. Army's minimum technical requirements listed in the Key Performance Parameters. In response to this survey, contractors should provide specific knowledge, abilities (including drawings and results of their working prototypes) and past efforts that will give the Government the required confidence that the contractor is capable of executing a successful SDD program. Contractors considering a teaming arrangement with other companies should provide notice to that effect as well as individual team member specific knowledge, abilities and past efforts. Interested contractors and those of their team members should submit their qualifications for executing this phase of the program by Feb. 28, 2003 to: Commander, US Army TACOM-ARDEC, Acquisition Center, AMSTA-AQ-APD, Bldg. 10, ATTN: Kelly Gerould, Picatinny Arsenal, NJ 07806-5000. E-mail: kgerould@pica.army.mil. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualification: (1)Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development efforts; (2)Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration; (4) A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this area of procurement that would enhance our consideration and evaluation of the information submitted. A security clearance of SECRET is required for performance of this effort. All information is to be submitted at no cost or obligation to the Government. Electronic responses are preferred; please see the Procurement Network website: http://procnet.pica.army.mil for format. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. This is a sources sought notice only. It is for planning purposes only and should not be construed as a Request for Proposal.
- Web Link
-
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/SRCSgt/020620030/020620030.htm)
- Record
- SN00254752-W 20030208/030206213604 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |