Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOURCES SOUGHT

13 -- XM216 Aircraft Countermeasure Flare

Notice Date
1/22/2008
 
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-08-X-0129
 
Response Due
2/5/2008
 
Archive Date
3/6/2008
 
Point of Contact
Stephanie Resch, Contract Specialist, (973)724-5561
 
E-Mail Address
Email your questions to Stephanie Resch
(stephanie.resch@us.army.mil)
 
Description
The U.S. Army Joint Munitions and Lethality Life Cycle Management Command (JM&L LCMC) Close Combat Systems Contracting Center, Picatinny, NJ 07806-5000 is conducting a Market Survey to identify potential sources to fabricate, inspect, test, and deliver XM216 Aircraft Countermeasure Flares. The XM216 is used to protect the US Army (and potentially other services) fixed and rotary wing aircraft from infrared guided threats. Initial delivery would be for approximately 15,000 units within three to six months after award and, subject to the availability of funds, an estimated delivery of 25,000-40,000 units per month for a maximum contract length of five years. The flares will need to meet Army requirements for airworthiness, effectiveness, reliability, interface and interoperability, environment, shelf and service life. These requirements are still in the developmental phase. These flares are to replace or supplement the current Advanced Infrared Countermeasure Munition (AIRCMM) Solution and are essential to provide Army aircraft protection against current and advanced surface-to-air and air-to-air infrared guided threats. These flares are required to fulfill ongoing requirements for Operation Enduring Freedom and Operation Iraqi Freedom. As such, the contractor must be able to meet an expedited delivery schedule utilizing a Non- Developmental Item (NDI). If available responses should include the following information: - Level of flare development, i.e.: lab scale, prototype, production ready. - Time-intensity plots of the flare IR output (Watts/steradian) in the mid and near IR regions measured statically and dynamically (flight conditions for a helicopter traveling at an airspeed of 120 knots or any other dynamic test data). - Visible spectra measurement in the photopic region: Candela vs. time when measured with a photocell with an f'1 of 3.00 or less. - Flare trajectory, ejection velocity and set-back force. - Effectiveness of the flare against infrared guided surface-to-air missile threats. - Estimated cost for the flare in test quantities of 3000-5000 units as well as unit price for production quantities. - Insensitive Munitions test data. Interested parties that believe they can meet the above requirements shall provide their capabilities in R&D, manufacturing, and testing. Responses should include their current business structures: (a) name of Company-include contact person???s name, company address, telephone numbers (voice and fax), e- mail address, (b) Company size (i.e. large, foreign, small disadvantaged, veteran owned, woman owned, etc) Included in the submission should be current major manufacturing processes, critical skills and equipment, and current production capabilities, which should include the maximum production rate attainable and minimum sustaining rate. The organization???s facilities, equipment, unique capabilities, environmental concerns, storage, shipping, receiving and other support functions, such as testing capabilities for conducting acceptance testing of the end product should also be identified. It is also requested that respondents provide an estimated unit cost for 15,000 each units. 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 be 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. All responding sources should submit their responses no later than 05 February 2008 to JM&L LCMC Close Combat Systems Contracting Center, Attn: Ms. Stephanie Resch, Picatinny Arsenal, NJ 07806- 5000. Responses can also be submitted by email to the following email address: stephanie.resch@us.army.mil. It should be noted that telephone responses will not be accepted.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-08-X-0129)
 
Record
SN01489712-W 20080124/080122223924 (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.