Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2004 FBO #0894
SOURCES SOUGHT

10 -- 120mm Mortar Weapons Baseplates and Mounts (Bipods)

Notice Date
5/6/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-04-X-0240
 
Response Due
6/1/2004
 
Point of Contact
CAROL YANAVOK, Contract Specialist, (973)724-3365
 
E-Mail Address
CAROL YANAVOK
(cyanavok@pica.army.mil)
 
Description
The U.S. Army Research, Development, and Engineering Command, Armament Research, Development and Engineering Center (RDECOM-ARDEC), Picatinny Arsenal, New Jersey is conducting a market survey to identify sources that are capable of supplying Mounts (bipods) and Baseplates for U.S. 120mm Mortar Systems. This survey is intended to identify sources for two distinct efforts: 1) Manufacture and deliver Mounts (bipods) and Baseplates in accordance with the Government Technical Data Package (TDP); and 2) Manufacture and deliver Lightweight Mounts (bipods) and Baseplates in accordance with a contractor TDP and Government technical/performance requirements. Effort 1. The contractor shall manufacture and deliver Mounts (bipods) and Baseplates in accordance with the Government TDP. The Technical Data Package (TDP) for the M120/M121 will be provided under contract and contains the minimum basic configuration requirements. The required production quantity of each component will be approximately 90 each with options for additional quantities. The supplier will provide all resources and materials to produce the required items. Component and system design may incorporate product improvements over current U.S. M120/M121 weapon systems and shall have the potential for adaptation to emerging lightweight technologies. Deliverable items shall be produced from high-grade materials using state of the art manufacturing processes, yielding quality workmanship (free of defects), and in strict accordance with an ISO 9001-2000 compliant quality management system. Two each (2) components/systems must be available no later than three (3) months after award of the contract for qualification test and evaluation (T&E). Two each (2) additional systems must be available no later than five (5) months after contract award for First Article Acceptance Test (FAAT). Pending results of qualification T&E and FAAT, delivery of production items shall commence no later than 2 months after First Article approval. Effort 2. The contractor shall manufacture and deliver Lightweight Mounts (bipods) and Baseplates in accordance with a contractor TDP and Government technical/performance requirements. Lightweight robust designs requiring minimum qualification and tests are key objectives. Lightweight candidate sub- systems (mounts and baseplates) shall be 30-40% lighter (threshold) than current M120/M121 sub-system weights. The complete technical data package for new and lightweight designs shall be a deliverable item under pending contract. Quantities and schedules TBD. The 120mm Mortar System lightweight components must meet the minimum requirements described herein. The components’ and system design shall be mature (fully developed, qualified, safety certified), of high quality (designed to meet or exceed customer performance requirements), optimized for manufacture, readily producible for immediate fielding, and require minimal test and qualification. Design optimization shall facilitate ease of manufacture, efficient production processes, and ensure maximum durability and field life of weapon system items. - The components shall be functionally compatible with existing U.S. 120mm M120 and M121 Mortar Systems equipment (i.e. New baseplates shall be usable with the existing U.S. M120 120mm mortar cannons and mounts. New mortar mounts shall be usable with existing U.S. M120/M121 120mm cannons, baseplates and the M1064 Mortar Carrier). The new Baseplates and Mortar Mounts shall be transportable on the M1064 and Stryker mortar carriers using the current baseplate and mortar mount stowage provisions on both mortar carriers. The components shall be capable of operating and being stored in environmental extremes (hot and basic) as prescribed in AR 70-38. The components’ materials shall be stable construction to resist corrosion due to fuels, salt spray, or atmospheric conditions likely to be met in storage or normal use. - The mortar baseplates and mounts shall support the smooth bore U.S. 120mm mortar cannon during ground firing of the full suite of U.S. M900 series mortar ammunition under all surface and sub-surface conditions including sand, mud, and hard surface (macadam or concrete). The mortar baseplates and mounts shall be sufficiently robust to support the mortar cannon during the full range of mortar ammunition fire at weapon elevations 45 degrees to 85 degrees, at charges 0 (approximately 1,700 psi) thru charge 4 (approximately 11,600 psi), and proof firing of mortar system at 19,000 +/- 500 psi. Lightweight candidate sub-systems (mounts and baseplates) shall be 30-40% lighter (threshold) than current M120/M121 sub-system weights (70 lbs/78 lbs mounts and 136 lbs baseplates) and retain the full functioning capability of the current M120/M121 design. - The 120mm Mortar Mount shall provide the cannon cross leveling, elevation and traversing adjustments for required accuracy of U.S. M900 series mortar ammunition during ground and carrier firing. The design of the cross leveling, elevation and traversing adjustments shall incorporate smooth gearing mechanisms to enable uninterrupted traverse through at least 150 mils, to enable a mortar emplacement time of no more than 2 minutes and to minimize time required to adjust fire after firing a mortar round. The gears and gearing mechanisms shall be precision made and sealed to protect against fouling from dirt and sand. The cross leveling, elevation and traversing adjustments shall operate in the same basic manner and direction as the U.S. 60mm and 81mm mortar systems. The mount shall provide an interface for the M67 Sight Unit to enable the gunner, without the need to move his head from the M67 Sight, to lay the mortar in any aforementioned elevation and deflection. The mount shall incorporate heavy duty high strength components and a robust buffer system for maximum shock absorption to retain the mortar in battery (during and after firing) and shall prevent related performance failure to the mount sub components and to the M67 Sight Unit during mortar fire. The total weight for a lightweight candidate M120 mount is 42 – 49 lbs (threshold). The total weight for a lightweight candidate M121 mount is 46 – 54 lbs (threshold). The mount durability shall be a minimum of 10,000 charge 4 rounds. - The 120mm Mortar Baseplate shall provide a stable base for firing the mortar system from the ground and shall be capable of withstanding the mortar recoil loads at all charges and under all surface and sub-surface conditions. The breech ball interface socket shall permit firing in all directions (360 degrees) without moving the baseplate. The weight for a lightweight candidate baseplate is 81 – 95 lbs. (threshold). The baseplate durability shall be a minimum of 3,000 rounds. Material Certifications and Government Source Inspections will be required as part of the contemplating contract, which will be on a firm fixed price basis. The Government will utilize the information provided from responses to this market survey for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government. All information submitted will be held in a confidential status. Interested firms with the capability of supplying 120mm Mortar System Components as described herein should provide, at no cost to the Government, a summary of their firm’s capabilities (Effort 1, Effort 2, or both), including a description of their facilities, personnel, size business (whether Large or Small), the ability to meet the aforementioned production delivery schedule (Effort 1), and past experience within fifteen days of this publication by electronic mail to cyanavok@pica.army.mil or call 973-724- 3365. See numbered notes 25 and 26. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://www.eps.gov/spg/USA/USAMC/DAAE30/W15QKN-04-X-0240/listing.html)
 
Record
SN00581533-F 20040508/040506214212 (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.