Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SOURCES SOUGHT

13 -- Spider Landmine System

Notice Date
10/26/2005
 
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-06-X-0100
 
Response Due
11/9/2005
 
Archive Date
12/9/2005
 
Description
The U.S. Army Office of the Project Manager Close Combat Systems (OPMCCS), Picatinny Arsenal, NJ 07806-5000 is conducting a market survey to identify potential sources to fabricate, test and deliver up to a quantity of 9-14 each XM-7 Spider Munitions (Networked commanded anti-personnel systems) over a thirty (30) month period of time. In addition, the Government will contemplate a follow-on contract action in FY07 for additional Spider system quantities (250-280) that would add approximately an additional six (6) months to the period of performance. The Spider system will meet the President's Anti -Personnel Landmine (APL) policy with regards to Non-Self-Destruct/Self -Destruct APL. Spider is a stand-alone weapon system consisting of three main hardware components: a Remote Control Station (RCS), a Repeater for extended communications, and a Munition Control Unit (MCU), each capable of containing up to six individual miniature grenades. Spider will be compatible with the U.S. Army battlefield key management infrastructure and the Navy Electronic Key Management System (EKMS). Spider must meet the COMSEC and Transmission Security (TRANSEC) requirements contained in the Spider Security Policy. Spider will use removable media compatible with the Force XXI Battle Command Battalion/Brigade and Below (FBCB2), an indirect interface. Since these systems are to fulfill current requirements, the contractor must be able to meet an expedited delivery schedule. There is urgency in completing the Spider production and fielding as many systems as possible to fill the operational capability void that will exist after 31 December 2010, the date that the US will no longer utilize persistent landmines. In addition, the Feb 04 Presidential policy on landmines established a 2008 IOC fielding date for Spider. In order to meet the FY08 IOC date, it is required to procure and field required quantities using the programs developed LRIP manufacturing line. Thus the completion of LRIP within 33 months allotted is critical to allow enough time to produce and deliver the LRIP and FRP quantity to meet the above dates. It is the intention of the Government to award on a sole source basis to the joint venture team of Textron Systems, Wilmington, MA and Alliant Techsystems, Plymouth, MN, who is the current contractor of the XM-7 Spider system. They have the necessary equipment and skills to produce these systems to meet our delivery schedule requirements. The XM-7 Spider system is built to a performance specification, the Government does not have a mature Technical Data Package, and some of the electronics in the munition payload are proprietary to the joint venture companies. This market survey is for information and planning purposes only, does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The Government implies no intention or opportunity to acquire funding to support current or future production efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested parties are requested to provide information regarding relevant capabilities and manufacturing experience, including a brief summary of their company???s capabilities, manufacturing and testing experience. The point of contact for this action is Mr. David Etro, Contract Specialist, (973) 724-3975. All responding sources should submit their responses no later than November 9, 2005 to U.S. Army TACOM-Picatinny, Close Combat Systems Contracting Group (A), Picatinny Center for Contracting and Commerce, Bldg. 10, Attn: Mr. David Etro, Picatinny Arsenal, NJ 07806-5000. Responses can also be submitted by email to the following email address: detro@pica.army.mil. It should be noted that telephone replies will not be accepted.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-06-X-0100)
 
Record
SN00921264-W 20051028/051026212055 (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.