Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2008 FBO #2550
DOCUMENT

10 -- Request for Information - 40mm L60 Cannon - Questions and Responses

Notice Date
11/17/2008
 
Notice Type
Questions and Responses
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
RFI-40MM_Gun
 
Response Due
1/5/2009 4:00:00 PM
 
Point of Contact
William (Bill) H Downs,, Phone: (478) 926-9264, Franklin N Holland,, Phone: 478-926-9175
 
E-Mail Address
bill.downs1@robins.af.mil, franklin.holland@robins.af.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION - Amendment 40mm L60 Cannon Response Date is extended from November 28, 2008 to January 5, 2009, and Questions and Answers are added. The United States Air Force is seeking information from prospective commercial suppliers for production of the 40mm L60 Cannon. FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997 ) applies to this request for information. (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal (c) This solicitation is issued for the purpose of planning and budgetary forecasting by the government. Objectives We are seeking this RFI for the production of 40mm L60 cannon. The objectives are as follows: Identify candidates capable of implementing engineering and production for the 40mm L60 Cannon in support of the AC-130U Plus 4 operational needs The overall systems engineering approach aimed at requirements management, ability to interpret drawings and models, weapon integration and test, rapid disposition turn around and oversight of the production effort Additional desired capabilities to include in-house machine shop, rapid prototype capability, experienced manufacturing capability, experienced test capability, and overall weapon knowledge Performance Parameters Desired Performance Parameters for the 40mm L60 cannon are as follows: Characteristic Performance Parameters Feed Cannon shall be automatic and clip fed Operation Cannon shall be recoil operated and air cooled The firing mechanism shall be percussion fired Major Components Cannon shall be comprised of barrel assembly, breech case assembly, breech ring assembly, automatic loader assembly and a recoil cylinder assembly per 40mm L60 cannon drawings Barrel Assembly The barrel assembly shall consist of a flash hider, barrel tube, recuperator spring and the necessary mounting devices Breech Casing The breech casing is the housing or supporting unit for the subassemblies of the gun. The casing is supported in the top carriage of the gun mount by trunnions at the sides of the casing Breech Ring The breech ring is threaded internally at the front to receive the barrel assembly. It has recessed area from top to bottom of the breech ring to limit the upward travel of the breechblock when closing Automatic Loader Assembly The automatic loader is both a cartridge magazine and a loading device. Cartridges, in clips of four, are inserted into the top of the loader. They are fed singly into to the loader tray, the clips move automatically during the process. A cartridge is rammed into the chamber of the gun, tripping the extractors, which permits the breechblock to be raised. With the closing of the breechblock, the gun fires. Recoil Cylinder The recoil cylinder consists of a recuperator spring held in compression around the breech end of the tube, and a recoil cylinder, mounted under the tubular from end of the breech casing. Size/Variation The cannon shall be an L60 left hand vers ion. Dimensions 40mm gun shall weigh 665 lbs Barrel assembly shall weigh 310 lbs Overall length of the gun shall be 144 inches Length of barrel with flash hider shall be 100 inches Length of bore shall be 88.58 inches Length of rifling shall be 75.85 inches Performance Estimated accuracy life shall be 12000 rounds Maximum rate of fire shall be 120 rounds/min Maximum number of rounds which may be fired consecutively at a maximum rate before cooling shall be 60 rounds Muzzle velocity shall be 2870 fps The type of firing shall be automatic or single shot Capacity The capacity of the loader shall be 7 rounds The capacity of the recoil cylinder shall be 1.32 pints Recoil The type of recoil mechanism shall be recuperated spring and hydraulic recoil cylinder The type of counter recoil mechanism shall be recuperated spring and hydraulic recoil cylinder The minimum recoil stroke shall be 7.4 inches The maximum recoil stroke shall be 8.3 inches The metal to metal recoil shall be 8.8 inches The desired recoil length shall be 7.8 inches The weight of the recoil cylinder shall be 24.04 lbs Maintenance Support Spare parts, any special tools needed for depot repair and inspection gauges shall conform to the current maintenance concept (to be provided with approval). Information Requested from Industry The following information is being sought by USAF from prospective commercial sources that will assist USAF in procuring new 40mm L60 cannons: Each kit should include a complete 40mm L60 cannon •- Also included should be an Initial spare parts package to include required inspection gages Our estimated buy quantity is for 50 over the life of the platform (2025) •- Your response should indicate the estimated contractor production rate (maximum monthly production capacity) •- Response to include estimated pricing data for the kit and spare parts package identified above; quantities at which significant price breaks occur should be identified. •- Response should include information on the manufacturer's standard commercial warranty Response should indicate manufacturers recommended spare parts package based on rounds fired Response should indicate t he overall systems engineering approach aimed at requirements management, ability to interpret drawings and models, weapon integration and test, rapid disposition turn around and oversight of the production effort Response should indicate capabilities, to include in-house machine shop, rapid prototype capability, experienced manufacturing capability, experienced test capability, and overall weapon knowledge Response should indicate projected life expectancy data Items should be compliant with DoD unique item identification (UID) in accordance with clause DFARS 252.211-7003 or DoD identified commercial equivalents as defined at http://www.acq.osd.mil/dpap/UID/equivalents.html the Buy American Act and Berry Amendment requirements. Respondents should confirm ability to comply in their response to each issue or identify their position with respect to these requirements. Responses may include commercial literature regarding the respondent's products, but this is not a requirement of this RFI. Electronic responses are authorized and preferred. How to Respond to this Request Responses to this RFI are requested no later than January 5, 2009. Responses should only be as detailed as required to support the required analysis and should not provide information, which is not needed by USAF to evaluate. USAF will not disclose or publish any specific data whether provided as proprietary information or not. Prices submitted are to be considered budgetary estimates for planning purposes only and are not to be considered firm proposals. At this time, we are primarily interested in the production capability of the product or products you propose to provide, and your response should address the technical capabilities of your product or products as they relate to the above performance parameters. If you have a product which you feel meets some but not all of the parameters above, you may still submit information on it, since we are at this time only conducting market research and want to include as many products as possible. Information regarding the qualification of the respondent and other marketing materials should not be submitted at this time. As noted above, the Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation. Responses should be directed to: 782 CBSSS/PKA Attn William H Downs 460 Richard Ray Blvd Ste 200 Robins AFB GA 31098-1813 Email bill.downs1@robins.af.mil Telephone 478-926-9264 Fax 478-926-9108 Alternate Point of Contact is Franklin Holland Email franklin.holland@robins.af.mil Telephone 478-926-9175 Fax 478-926-9108 Respondents are advised that unless the information is provided to the above address, it may not be considered in the Air Force analysis.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0ea88d198c822446981e56f155b5a89&tab=core&_cview=1)
 
Document(s)
Questions and Responses
 
File Name: Responses to Questions (Questions and Answers.doc)
Link: https://www.fbo.gov//utils/view?id=ec9889dcf531b7928d100f652ba5cdc7
Bytes: 29.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01706113-W 20081119/081117215522-b0ea88d198c822446981e56f155b5a89 (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.