Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOLICITATION NOTICE

10 -- AP-BLU/Clean Light-weight Area Weapon (CLAW)

Notice Date
8/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-06-R-0006
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
Small Business Set-Aside
N/A
 
Description
The Aviation Applied Technology Directorate (AATD) anticipates award of a noncommercial program entitled, AP-BLU/Clean Light-weight Area Weapon (CLAW). The Armys overarching requirement is to conduct a concept demonstration/evaluation of wide area Anti-Personnel/Anti-Material air-to-ground Unmanned Aerial Vehicle (UAV) munitions capability on a Hunter UAV. The acquisition builds upon previously completed contracted research and development as well as independent research and development conducted b y Textron Systems. AATD anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract on a sole source basis to Textron Systems, who is deemed to be the only responsible source uniquely capable of meeting this requirement. The maximum v alue of the contract will be $9.9 million. The contract minimum value of $2.4 million will be met with award of the first cost-plus-fixed-fee task order. The funding for this requirement results from a Congressional earmark for weapons capability modific ations UAV Alternate Payload Munition (AP-BLU) associated, based on market research, with Textron Systems. This requirement is for the testing of UAV dispensed, gravity dropped area weapon that leaves no unexploded ordinance on the battlefield. Accordingl y, this acquisition will be procured in accordance with 10 U.S.C. 2304 (c)(l), as implemented by FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements as market research has identified Textron as the o nly source developing UAV dispensed, gravity dropped area weapons technology which 1) Is light enough for incorporation on both the Hunter and Extended Range, Multipurpose (ERMP) UAVs; 2) Is ready for incorporation onto the designated UAVs without two to t hree years of further development as well as expense beyond the quantity and scope identified in the current Congressional marks; 3) Is sufficiently developed to conduct meaningful concept evaluation at this point; 4) Is sufficiently developed in order to leverage the joint testing opportunities; 5) Provides battlefield operations feature with multiple redundant safety features, preventing contamination of target or other areas with unexploded munitions; 6) Is sufficiently lethal to destroy a large number and variety of unprotected and lightly protected targets within a substantial radius with blast, shrapnel and incendiary effects; 7) Is compatible with the Universal Aerial Delivery Dispenser (U-ADD) for precision delivery within the target area to minimi ze the potential for fratricide and/or collateral damage; and 8) Is, to the maximum practical extent, based upon non-developmental, fielded or inventoried hardware to minimize production, fielding and support costs. The Government deems that substantial d uplication of cost incurred under the previously conducted research cannot be recovered through competition. No other known source has the equivalent technical maturity to satisfy the Government requirement in the timeframe for which Congressionally earma rked funds were provided. Many of the concepts to be further explored under the planned efforts are either patented or proprietary to Textron Systems. Alpha contract negotiations, appropriate for sole source requirements, will be limited to Textron Syste ms. The contract terms and requirements will be developed jointly between the Government and Textron Systems, consistent with alpha contracting procedures in accordance with the Federal Acquisition Regulations (FAR). The overall period of performance fo r the IDIQ contract is sixty (60) months. The applicable North American Industrial Classification System (NAICS) code is 541710 and the size standard is 1,000. While the Government does not anticipate competition, any responsible source may submit a prop osal that shall be considered. Written proposals should be addressed to AATD, Attn: AMSRD-AMR-AA-C (Ceseley Dunbar), Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Ms. Dunbars phone number is 757-878-2771. Anyone desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafax 757-878-0008) or email address cdunbar@aatd.eustis.army.mil. Contrac ting Officer is Lauren Sebring who can be reached at 757-878-4828 or lsebring@aatd.eustis.army.mil. Numbered Notes 22 and 26 apply.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN01115596-W 20060817/060815221351 (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 |
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.