SOURCES SOUGHT
13 -- SD
- Notice Date
- 12/6/2005
- 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-0854
- Response Due
- 1/6/2006
- Archive Date
- 2/5/2006
- Description
- TACOM-ARDEC, Picatinny Arsenal, NJ is seeking qualified sources for a five- year SD&D effort beginning in 4QFY06 for the Block Ib objective unitary warhead variant of the XM982 ???Excalibur???, a 155mm artillery projectile. Initial award is anticipated in September 2006. The Excalibur Program is for a Precision-Guided, Extended-Range family of 155mm projectiles to deliver precise, lethal, cost effective fires at ranges of up to 35 km and greater. The 155mm Excalibur projectile will enable the maneuver commander to precisely defeat critical targets while minimizing collateral damage and unexploded ordnance. Excalibur performance will be largely dependant upon accurate target locating systems and sensors. This program supports the requirements of the US Army and those of the Swedish Army. It uses an incremental development approach with time-phased improvements in performance capabilities. The first unitary warhead, Block Ia-1, began production in FY05 and is currently in production. The second unitary warhead, Block Ia-2, is in SD&D phase, and is expected to begin production in 1QFY07. The Block Ib objective unitary warhead variant will be a lower cost alternative to the Block Ia projectile with equivalent or improved accuracy and range. It is expected to begin SD&D phase in 4Q FY06 or 1Q FY07 The draft performance specification PRF 12999870 is posted on ProcNet (http://procnet.pica.army.mil/dbi/DynCBD/SourcesSought.cfm) for your review and comment in response to this market survey. All responses to this market survey are required to be English. To be considered, all interested sources must provide requested information and data in response to the following: a. Provide a detailed description of your system to include physical characteristic length, weight, etc. (Weight must be less than or equal to 106 pounds.) b. Provide evidence of US Government-approved (POP certified) protective container for shipment of the round. c. Provide evidence of interoperability with GPS. Must receive GPS position, velocity and timing information from GPS satellites. d. Provide evidence of meeting the following Key Performance Parameters when launched from US or Swedish howitzer systems: 1. Accuracy: Less than or equal to 10m CEP - threshold/objective 2. Reliability: Greater than or equal to 90% - threshold, greater than or equal to 96% objective 3. Range: 35km threshold, 40 km objective from 155mm/39 cal cannons. e. For FY10 deliveries, do you anticipate requiring any waivers or deviations from the performance specification? If so, provide a list. f. Does a complete technical data package exist for your round? g. Provide rough order magnitude estimated price per projectile in U.S. dollars for annual quantities of 1-500, 501-1000. h. Current /on-going development and test results for this round: 1. What is the current state of development or production? 2. What is the maximum rate of production using current or future facilities? 3. Provide evidence of capability of current production line for this or a similar munition. If current production line is not capable of production/delivery of estimated quantities for FY10 and beyond, provide list of facilitization required with estimated price. 4. Provide evidence of ability to meet the specifications and quantity. 5. Provide evidence of in-process development and testing to ensure item quality in a gun-hardened environment. 6. Provide evidence of Production Readiness Reviews (using the Willoughby template, reference DoD 4245.7-M) conducted at your facility for similar munitions. i. Provide lead time from contract award to first delivery. Additionally, provide proposed delivery schedule, to include a pre-qualification build and test period. It is the intention of the Government to make multiple awards (two) of the Block Ib SDD effort via Full and Open Competition procedures.. Contract type expected to be CPAF or CPIF. SDD duration is expected to be three years. During the course of the SDD effort a down-select will be made and the program will narrow to a single contractor. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at a 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 sources should submit their qualification data and requested information within 30 days of this notice to Picatinny Center for Contracting and Commerce, ATTN: Mr. Josh Minorics, AMSTA-AQ-APH, Bldg. 9, Picatinny Arsenal, NJ 07806-5000. Email: jminoric@pica.army.mil
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-06-X-0854)
- Record
- SN00946669-W 20051208/051207093752 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |