Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
SOLICITATION NOTICE

10 -- Enhanced Grenade Launcher Module

Notice Date
1/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-04-R-0013
 
Response Due
6/22/2004
 
Archive Date
7/7/2004
 
Point of Contact
Paul Johnson, Contract Specialist, Phone 812-854-3225, Fax 812-854-5095, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
 
E-Mail Address
johnson_p@crane.navy.mil, griffi1@socom.mil
 
Description
The United States Special Operations Command anticipates issuing a solicitation for the procurement of an Enhanced Grenade Launcher Module (EGLM). This current synopsis/solicitation number replaces previous Commercial Area Announcements N00164-04-R-4801 and N00164-03-R-0063 utilized for market research purposes. The program will use full and open competition to fulfill the joint USSOCOM EGLM requirement. The EGLM will be a one for one replacement to the M203 Grenade Launcher with Leaf Sight and AN/PSQ-18A Grenade Launcher Sight. The EGLM is a single shot, 40mm grenade launcher module that can be attached to a MIL-STD-1913 dimensioning rail interface on host weapons and can be adaptable to a yet undetermined interface system that may possibly replace the MIL-STD-1913 rail at the 6 o?clock position on the host weapon. The EGLM shall consist of two primary components, the weapon module and fire control module. It will also have a major accessory, an ancillary butt-stock assembly. The EGLM mounting system will accommodate most current and future Special Operations Peculiar Modification (SOPMOD) accessories that support the host weapon mission. The EGLM also detaches from the host weapon to attach to an EGLM butt-stock assembly to accommodate stand-alone firing. The EGLM shall provide the Special Operator with improved combat lethality and other capabilities, when compared to the current M79 and the M203 with Leaf Sight and AN/PSQ-18A Grenade Launcher Sight. The EGLM program has four sequential increments. This synopsis is for Increment 1 with the possibility of reaching Increment II. The Increment I weapon fire control modules shall be inherently upgradeable to incorporate technology advances to satisfy requirements for Increment 2 (programmable munitions capability). The EGLM fires standard 40mm x 46mm munitions along with special Low Velocity (LV) munitions. Further, the EGLM shall operate in compliance with specifications to be published, to include, but not limited to: Accuracy: The EGLM system shall have a Probability of hit of at least .25 greater than an M203 with an AN/PSQ-18A. A hit is defined as a projectile landing within 5 meters of a designated point target. Target Engagement: The EGLM system shall allow operators to fire projectiles capable of engaging infantry squad targets at unknown ranges between 25 and at least 300 meters. A successful engagement is defined as a projectile landing within 5 meters of a designated point target. The EGLM system shall allow operators to fire projectiles capable of engaging stationary vehicle/bunker targets at unknown ranges to at least 300 meters. A successful engagement is defined as a projectile landing within 5 meters of a designated target. Ranging Capabilities: Provide for a method of target ranging that allows operators to determine range out to 600 meters, with error not to exceed +/- 5m, during day, night, and limited visibility. Operator Firing Positions, Conditions, And Equipment: The EGLM design shall permit the operator full operational capability from the prone, kneeling, sitting, and standing positions. The EGLM design shall allow operators the ability to operate the weapon with body armor/load carrying systems (BALCS), Nuclear, Biological and Chemical (NBC) ensembles, dive suit ensembles, and arctic clothing ensembles. Amphibious Operations. The EGLM should function in an amphibious environment with minimum preparation, and must undergo immersion testing at 20.1 meters of depth (66 feet) for 2 hours. The EGLM shall function in amphibious operations when Special Operators are moving from the beach and surf zone onto land. Airborne/Airmobile Operations: Operators will be capable of operating the EGLM following static line, fast rope, and military free fall insertions. Over-the-Beach (OTB): The EGLM will have a safe drain time/drain procedure that operators can execute in less than 3 seconds. Extreme Environments: The EGLM should function in extreme environments, such as desert, arctic, jungle, mountain, and riverine. The system shall withstand transport, in an un-packaged configuration, in the back of flat bed wheeled vehicles or inside of Armored Personnel Carriers traveling over rugged terrain. Urban Conditions: The EGLM shall function effectively in Military Operations Urban Terrain (MOUT) combat settings. The EGLM shall allow soldiers to engage the enemy at street level, on rooftops, inside window and doors, and behind fence lines. Set-Up, Assembly and Disassembly: The EGLM shall allow 5 to 95% of trained operators to assemble (or disassemble) the EGLM to the host weapon or Stock Assembly in the time periods to be specified in the solicitation. Tools: The operator must be able to attach the EGLM without the use of Special Tools to install/remove the EGLM to/from the host weapon or to/from the butt-stock assembly. Installation and Removal: EGLM system should allow operators to install/remove the EGLM weapon from the EGLM M4A1 Interface and EGLM Stock Assembly in complete darkness. Offerors will be required to provide product sample EGLM as part of the technical proposal. The product samples will consist of 1 each EGLM (Weapon Module, Fire Control Module, Ancillary Butt-stock). After evaluation, the government will have the flexibility to award one or more contracts for follow-on test/evaluation quantities. The contract type will be a seven-year, Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ). The minimum quantity is projected to be 5 each EGLM Engineering Test Units (ETU?s). The government will conduct tests and evaluations of the test units. The results of those tests and evaluations may result in subsequent delivery orders for additional test samples. The Government seeking a full system, however the Government may determine that a complete EGLM system from one vendor is not in the best interest of the government, and reserves the right to award contracts(s) for only Weapon Modules (and not the Fire Control Modules), or, for only Fire Control Modules (and not Weapon Modules). QUANTITIES AND DELIVERY SCHEDULES: The contract(s) maximum is 5,586 each EGLM?s. The contract will contain a Provisioning Item Order (PIO) contract line item number (CLIN) of $2,000,000. The contract will also have provisions for ordering technical data. The programmable pathway data necessary to develop programmable munitions and all interface rights shall be made available to the Government for the establishment of a MILSPEC or other interface control document. The contract is F.O.B. Destination (NAVSEA Crane ? Crane,- IN). For the minimum quantities delineated above, the delivery of the initial 5 ETU?s is required 90 days after order. Subsequent deliveries of additional ETU?s, if required by the Government, will also require deliveries 90 days after order. The delivery schedule for Low-Rate Initial Production (LRIP) units is 180 days after order. The ordering quantities for the remaining production units during the Full-Rate Production Stage (FRP) shall be 180 days for each 500 units order. PROPOSALS: The solicitation will require at minimum, delivery of 1/ea EGLM product sample and a concise technical proposal by the closing date of the proposal. The proposals and product samples will be evaluated on a best value basis. The Government reserves the right to award to other than the lowest priced offeror and other than the highest technically rated offeror. The technical proposal shall provide a clear plan, with drawings and process descriptions, to remedy any known specification deficiencies in the product samples submitted. Product sample(s) submitted become the property of the Government and will not be returned to the contactor. All responsible sources may submit a proposal, which shall be considered by the agency. All offerors are responsible for monitoring the Federal Business Opportunities website at http://fedbizopps.gov/ for release of the upcoming solicitation and any notices. Any questions may be directed in writing, to the following: Johnson_p@crane.navy.mil or addressed directly to Paul R. Johnson at (812) 854-3225.
 
Record
SN00499358-W 20040108/040106212210 (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 |
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.