Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOURCES SOUGHT

A -- OICW Increment II Airburst Weapon System - SDD & LRIP Phases

Notice Date
6/8/2005
 
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-05-X-0446
 
Response Due
7/8/2005
 
Archive Date
8/7/2005
 
Description
This is a source-sought notice and does not constitute a solicitation for proposal. The Product Manager for Individual Weapons is seeking sources for the execution of the System Development and Demonstration (SDD), and Low Rate Initial Production (LRIP) Phases of the OICW Increment II Airburst Weapon System, also designated as the OICW Increment II. The OICW Increment II is the next generation infantry weapon that combines a 25mm family of ammunition, including a High Explosive Air Bursting (HEAB) capability, and a ruggedized compact single integrated full solution day/night Target Acquisition/Fire Control (TA/FC) capable of operations without environmentally caused degradation of performance. The OICW Increment II shall be compatible with the Future Force Warrior. The SDD Phase of the OICW Increment II is planned to begin in FY06 with LRIP set to begin in FY09 and end in FY10. The Product Manager foresees complex issues integrating designs and requirements of the weapon, ammunition, TA/FC, training, and the Future Force Warrior System during the development and future production phases. All system requirements are threshold levels unless otherwise noted. The Government is seeking sources that will satisfy the requirements of the OICW Increment II Airburst Weapon System listed in this Sources Sought Announcement. Offerors must to be able to clearly demonstrate a go forward plan that addresses all areas listed below for the TA/FC, weapon, and ammunition components of the overall OICW Increment II Airburst Weapon System. Target Acquisition/Fire Control (TA/FC) The TA/FC for the OICW Increment II shall have direct view magnified optic and thermal sighting modes with an automatic ballistically adjusted reticle. The TA/FC shall include a laser range finder, Infrared (IR) pointer/illuminator, an electronic compass for bearing, cant and tilt sensors, an environmental sensor suite, a fuze setter and an internal display. The TA/FC shall incorporate a full ballistic algorithm incorporating data from the rangefinder, environmental and attitude sensors to facilitate accurate placement of the airbursting munition on target via offsetting of the ballistic reticle. The TA/FC shall have a dual infrared laser aiming light and infrared laser illuminator pointer to provide the Warfighter with the capability to accurately direct fire as well as illuminate and designate targets. Both the aiming light and the illuminator shall have an eye-safe mode of operation and a high power mode of operation. The eye-safe mode is required in force-on-force-training. The infrared laser aiming light and infrared laser illuminator pointer shall have a range in starlight conditions of 600 meters minimum in the eye-safe mode for both the aiming light and the illuminator (in the narrow beam mode). It shall also have a range in starlight conditions of 2,000 meters minimum in the high power mode for both the aiming light and the illuminator (in the narrow beam mode). The illuminator shall have an adjustable beam width and be able to illuminate a 10-meter (diameter) target at ranges from 60 to 900 meters in starlight conditions. In addition, a capability to diffuse the illuminator beam shall be provided to allow illumination of a 20x30x8 foot darkened enclosure. The TA/FC shall accept ballistic solutions for other direct fire weapon systems. The TA/FC shall have adjustable aimpoint brightness. The Field of View (FOV) for all TA/FC modes shall allow for maximum situational awareness. The TA/FC shall allow for alignment of the fire control (zeroing). The TA/FC, while attached to the weapon, must maintain zero throughout a battle scenario consisting of sixty seven (67) rounds being fired over a ninety six (96) hour time period and while being transported by normal military means. Zero repeatability shall be demonstrated when the TA/FC is removed and reinstalled on the weapon. Given a boresight, the TA/FC shall allow for electronic alignment of the fire control functions to the bore within one minute of angle (deflection and elevation) without expenditure of ammunition. The gunner shall be capable of cycling through the TA/FC firing control selections without removing the firing hand from the weapon???s grips. All controls and switches shall simplify identification and selection during darkness and adverse conditions. Selection among ranging controls, range manipulation, display/menu operation, safe, arm, and firing modes must be clear and distinct, not easily selected by accident. Controls must be positioned to easily discern function. The TA/FC shall provide the Warfighter with an adjustment capability to override, increase, or decrease the determined range distance in no more than 1 meter increments. This information shall be used in target data calculations and displayed in the TA/FC. The OICW Increment II resident accessories shall operate from a common type power source. Accessories requiring power shall operate on an alternate standard military or commercial battery throwaway source, and/or (if cost effective) rechargeable battery. If rechargeable, resources shall be available for recharging batteries. The OICW Increment II shall have a built-in visual indicator which depicts current power levels. If the TA/FC is powered by rechargeable battery(s), battery operation time shall exceed recharge time. If rechargeable, an external port shall allow for hardwire recharging. Power sources shall not cause unsafe conditions for the user in training or combat. The system power source and integrated system power management shall achieve a system battery life, with all functions on, of 12 continuous mission hours. The OICW Increment II weapon shall be able to function without power. The operational temperature range for the OICW Increment II Airburst Weapon System (weapon, ammunition and TA/FC) is ???50F to 120F. Weapon The OICW Increment II shall consist of a semi-automatic weapon with a single trigger and selector switch that operates the system and interacts with the TA/FC???s automatic fuze programming. The weapon shall fire the HEAB ammunition in all fuzing modes. The rate of fire for setting the HEAB fuze shall be no less than 120 rounds per minute. The barrel life shall be greater than or equal to 5,000 rounds. The OICW Increment II shall be effective from the standing, kneeling and prone positions. All takedown pins on the OICW Increment II shall be captive. The OICW Increment II shall be field strippable for normal care and cleaning with tools found in the common small arms cleaning kit. OICW Increment II weapon parts shall be designed so that incorrect assembly is highly improbable. The OICW Increment II system shall be capable of ambidextrous configuration without degradation of performance or safety to include controls/selector levers and magazine. Ejection of cartridges must not pose a hazard to either left or right handed firers. Such configuration may take place at the unit level and may rely on interchangeable parts. The OICW Increment II shall be adjustable to accommodate the 5 - 95 size percentile Warfighters. The OICW Increment II shall include an emergency (back-up) sight used in the event the TA/FC becomes damaged, inoperable, or loses power. The emergency sight shall enable Warfighters to engage targets out to 300 meters without removal of the TA/FC. The OICW Increment II shall use a ruggedized and reliable magazine. The magazine shall permit rapid visual determination of the number of rounds loaded. It must not require any special tools to load and be able to be disassembled for maintenance with tools found in the common small arms cleaning kit. The magazine openings shall be designed to permit easy magazine insertion and it shall be impossible to insert the magazines into the weapon in other than the correct orientation. The OICW Increment II shall possess sufficient ruggedness to withstand military use to include airborne and shipboard operations without degrading the operation and safety performance of the weapon system or components. The OICW Increment II shall withstand the shock from the Warfighter performing individual movement techniques in combat, airborne jumps, and vibrations of being transported in standard military aircraft and ground vehicles. The OICW Increment II shall operate in all environments, including but not limited to, salt air/sea spray, high humidity, cold weather, and sand/dust environments. The OICW Increment II bolt shall remain open after the last round of a magazine is fired. Once locked in the open position, it shall remain open during magazine changes, and until the firer actively chooses to close the bolt into battery. The overall length of the OICW Increment II system shall not exceed the length of the current M4 carbine with stock extended (33 inches). The OICW Increment II weapon system shall fit into an M1950 weapons case (NSN 8465-01-109-0702) with the TA/FC mounted to the weapon. The OICW Increment II system shall weigh less than 14.0 lbs with the weapon, TA/FC, power supply, and sling. The OICW Increment II shall provide for mounting an adjustable/removable forward, vertical handgrip or bipod that accommodates the 5th-95th-percentile Warfighter. The OICW Increment II shall capture the date and time of every round fired. The data for the last 5,000 rounds shall remain in persistent memory until erased by maintenance personnel that have captured the data into the appropriate logistical database for permanent storage. Ammunition The OICW Increment II shall be capable of firing a family of munitions: HEAB, Armor Piercing (AP), non-lethal, Target Practice (TP), and anti-personnel munitions. The HEAB ammunition shall have a settable fuze that interacts with the TA/FC???s automatic fuze programming circuit. The HEAB munition shall demonstrate a minimum of 98% reliability. The OICW Increment II, while firing the HEAB round, shall have a Probability of Incapacitation P(I) of no less than 0.50 @ 500 meters against an exposed point stationary target, and no less than 0.35 @ 500 meters against a defilade target. The HEAB round shall not arm within 5 meters of the weapon, and shall be fully armed within 10 meters of the weapon. The HEAB munition shall have a point-detonating default regardless of primary fuze setting. The HEAB munition shall be capable of self-destruction or self-neutralization 99.5% of the time within 30 seconds of maximum time of flight. The HEAB munition shall be capable of engaging area targets @ 800 meters. The OICW Increment II shall be capable of firing AP ammunition with a Probability of hit given a shot (P(h/s)) against a threat lightly armored vehicle (BTR-90 Class) of not less than 0.75 from minimum arming distance to 500 meters day or night with armor penetration 1.5 inches of Rolled Homogenous Armor(RHA). The OICW Increment II shall have a direct fire anti-personnel munition for use against close-in threat personnel with a P(I) of .5 from zero out to 50 meters. The OICW Increment II shall have an Airburst Non-Lethal (ABNL) munition capable of producing 30 seconds of reversible area effects up to 100 meters. The OICW Increment II shall have a point non-lethal munition with ranges from 0 to 50 meters. The OICW Increment II shall have a Target Practice (TP) cartridge, for training use, that shall match the HEAB ballistic profile. Responses to this Sources Sought Announcement The government is interested only in those potential offerors who have specific knowledge with this subject matter and have experience to conduct successful SDD and LRIP phases. In response to this survey, contractors should provide specific knowledge, abilities, and past efforts that will give the government the required confidence that the contractor is capable of executing successful SDD and LRIP phases. The Government understands that the sum of all efforts referred to in this Sources Sought Announcement may not necessarily reside within a single company. Offerors considering a teaming arrangement with other companies should provide notice to that effect as well as provide individual team members??? specific knowledge, abilities, and past efforts. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (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. Any other specific and pertinent information as pertaining to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. A security clearance of SECRET is required for the performance of this effort. The Government requests that the following accompany any submission: ?? A video that clearly depicts the system performance and/or technological capabilities. The total length shall be no greater than 15 minutes. DVD or VHS format only. ?? Detailed descriptions of the complete system and individual components to include drawings, pictures, brochures, etc. that will convey the operating principles as well as general and specific system capabilities. ?? Descriptions of any past or current contracts whose deliverables satisfy items covered in this announcement, either whole or in part. ?? A description/matrix of how proposed system meets requirements listed above. ?? Summarized and detailed test data from any test facility that addresses any and all requirements listed herein. Along with this, test operating procedures and independent system evaluations are solicited. ?? The Contractor???s position on data rights. Specifically, the minimum requirements for Government Purpose Limited Rights (GPLR) to enable future competitive procurements. The Government???s intent is to pursue future competition in production. ?? A breakout of all subcontractors/vendors that will be supplying hardware and/or expertise into the final system. ?? Overall program schedule to include delivery of initial test quantities for pre-production testing and LRIP. ?? Target unit cost for test quantities and LRIP quantities. Test quantities are not anticipated to be greater than 50 complete systems. LRIP quantities are not planned to exceed 2,500 complete systems. ?? Submissions shall not exceed 50 pages (8 ?? X 11???), not including test data. ?? Font shall be 12-pitch with one-inch borders. Interested offerors should submit the information annotated above, in hard copy, no later than July 8, 2005 to: Commander, U.S. Army TACOM, Acquisition Center, AMSTA-AQ-APD, Bldg 10, Attn: Anna Yim, Picatinny Arsenal, NJ 07806- 5000. All information is to be submitted at no cost or obligation to the Government. Documentation provided to the Government will not be returned. Respondents to this notice will not be notified either of the receipt of the assessment of the information submitted. This is a sources sought notice only. It is for planning purposes only and should not be construed as a request for proposal or a commitment by the United States Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. All responses are to be submitted in digitized format using either a direct transmission via electronic mail or a 3.5-inch floppy diskette, zip drive, or compact disk sent via the U.S. Mail or Federal Express. Electronic responses are preferred. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to Ms. Anna Yim, anna.yim@us.army.mil.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-05-X-0446)
 
Record
SN00824977-W 20050610/050608212314 (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.