SOLICITATION NOTICE
10 -- Request for Information for possible alternative(s) to Dual Purpose Improved Conventional Munitions for both cannon projectile and rocket artillery munitions and information on replacing ATACMS Anti-Personnel And Material (APAM) submunitions.
- Notice Date
- 1/4/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L-TCM-02
- Response Due
- 3/2/2007
- Archive Date
- 5/1/2007
- Small Business Set-Aside
- N/A
- Description
- Request For Information 4 January 2007 Description The US Army Field Artillery Centers Futures Development Integration Center (FDIC) and TRADOC Capability Managers for Cannon and Rocket and Missile Systems, Fort Sill OK are requesting information regarding the capability of industry/government agencies to provide possible alternative(s) to Dual Purpose Improved Conventional Munitions for both cannon projectile and rocket artillery munitions and information on replacing ATACMS Anti-Personnel And Material (APAM) submunitions. Proposed alternatives should fo cus on area target arrays with lethality equal or greater than DPICM/APAM and leaving no unexploded ordnance (UXO) on the battlefield. The resulting information will be used to assist the FDIC and TCMs in developing future requirements and ammunition stra tegies. This market research effort will compile and assess capabilities and maturity of technologies available today or in the near-term based on technology readiness levels (TRL). Capabilities of interest include: increased lethality with a predictable and pre cise lethal area of effects; dispensing mechanisms and IM compliance. Interested vendors (Government and Private Organizations) are requested to provide a short, 8 page or less (excluding cover page and table of contents) white paper detailing their potential solutions. It is preferred that all documents be developed using MS Word, and be written in Times New Roman 12 pt. The white paper should include a description of the capability, its technical maturity based on TRL, and your point of contact (POC), telephone number and email address. Please do not include corporate ca pabilities or past performance discussions. White papers must be submitted to government POCs not later than 2 March 2007. Selected vendors will be contacted via email on or about 23 March 2007 to schedule follow up briefings. Specific questions generated from your white paper will be provided and are required to be addressed as part of your follow up brief. That brief shoul d be done in PowerPoint format. Briefing will be conducted at Fort Sill during the period 9-20 April 2007, and will be approximately 45 minutes with an additional 30 minutes for questions. The white paper and briefings will be at no cost and no liability to the government. Product brochures can be sent as separate electronic documents and will not count against the 8 page limit. POCs for the white paper are Mr. Jeffrey L. Froysland (580-442-4896) and Major John Moorhead (580-442-6634). Your white paper must be submitted by email to: jeffrey.l.froysland@us.army.mil and john.moorhead@us.army.mil .
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN01205243-W 20070106/070104220631 (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 |