SOURCES SOUGHT
A -- Request for Information (RFI) - A Shoulder Launched Munition (SLM) System
- Notice Date
- 7/23/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-09-R-0335
- Response Due
- 9/8/2009
- Archive Date
- 11/7/2009
- Point of Contact
- Ruth A. Woodham, 256-876-3149<br />
- E-Mail Address
-
US Army Aviation and Missile Command (Missile)
(ruth.a.woodham@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Pursuant to FAR 15.201, this notice is being issued as a Research and Development Request for Information (RFI) Sources Sought. The U.S. Army Research, Development and Engineering Command (RDECOM), Aviation and Missile Research, Development, and Engineering Center (AMRDEC), Redstone Arsenal, AL, in a joint effort with Armament Research Development and Engineering Center (ARDEC), Picatinny, N.J., on behalf of the U.S. Army, desires to obtain sources of domestic information to serve as a market survey to aid in developing an acquisition strategy for development of technology for a Shoulder Launched Munition (SLM) System. The Government does not presently intend to award a contract, but desires information on risk, capability, price, innovative acquisition methodology and other information in planning the acquisition of an SLM System. 1. Subject: An SLM System designed to provide the Soldier with a disposable confined space firing capability able to incapacitate personnel within or behind structural barriers, destroy fortified/hardened enemy positions and/or incapacitate the personnel within, and to provide firepower and/or mobility kills against light armored vehicles or incapacitate the personnel within. 2. Description: As a result of issuing this RFI, the Government expects to receive technical, programmatic, and innovative acquisition methodology data to assist in determining system solutions to the following: (1) Determine the ability of current and near term technology to support an SLM System, (2) Identify feasible alternatives that meet the objectives stated in Section 3, (3) Determine the approximate cost information for each alternative according to the requirements in Annex 2, (4) Determine the estimated performance characteristics associated with each alternative. Interested and capable sources are asked to submit a white paper containing a description of the above areas of interest. Information on available, emerging, or required technologies and how these technologies could be applied to this project should also be included. 3. Capabilities: This section enumerates the high-level functional capabilities for the SLM System. The contemplated SLM System would provide the ground combatant Soldier a multipurpose system that can incapacitate personnel within or behind structural barriers as well as defeat lightly armored vehicles and/or incapacitate the personnel within. The SLM System would be carried by Soldiers in all types of military vehicles, and must not interfere with vehicle operation or mount/dismount procedures. It is envisioned that the system would be carried during urban operations, and must pass through windows, doors, and other constricted spaces. The SLM System would also be configured for airborne operations and would conform to standard jump packs. The system would have a threshold weight less than or equal to 15 pounds and a threshold length of 40 inches in a carry configuration with an objective weight less than or equal to 10 pounds and an objective length of 32 inches in a carry configuration. The system would also allow for minimum gunner exposure to injury in all environments allowing the gunner to choose firing positions that offer all around cover and concealment, when firing from free field or inside a room. The system should be day/night capable when used in conjunction with the soldiers existing personal night vision gear. This system would also have threshold operational and effective minimum range of 30 meters with an objective of 15 meters for all target types consistent with the gunners safety. A summary of the desired capabilities are as follows: 1.Lethality - Earth and Timber (E&T) Bunker and Personnel: Threshold (T) Collapse bunker side-wall or roof and/or incapacitate occupants using a 30 second defense casualty criterion, with one shot at 30 - 200m with a single shot at 030 degrees angle of impact. Objective (O) - Collapse bunker side-wall or roof and/or incapacitate occupants using a 30 second defense casualty criterion, with one shot at 15 - 300m with a single shot at 060 degrees angle of impact. 2. Lethality Enemy Personnel within Masonry Structures: (T) Incapacitate personnel within a twelve-inch thick triple brick or eight-inch thick double reinforced concrete structure with one shot at 30 200m and 030 degrees angle of impact. (O) - Incapacitate personnel within a twelve-inch thick triple brick or eight-inch thick double reinforced concrete structure with one shot at 15 300m and 060 degrees angle of impact. 3. Lethality Defeat Lightly Armored Vehicles or Incapacitate Occupants (Other than Crew): (T) Penetrate with a single shot against a stationary or moving (15 kph) fully exposed vehicle with a minimum of 30mm Rolled Homogeneous Armor (RHA) (i.e. BTR-80) or incapacitate occupants with a single shot at a range of 30 200m. (O) Penetrate with a single shot against a stationary or moving (15 kph) fully exposed vehicle with a minimum of 35mm Rolled Homogeneous Armor (RHA) (i.e. BMP-3) or incapacitate occupants with a single shot at a range of 15 300m. 4. System Weight: (T) 15 lbs., (O) 10 lbs. 5. System Length: (T) 40 inches, (O) 32 inches 6. Arming Distance: (T) The system will be operational and effective at a range of 30 meters. (O) The system will be operational and effective at a range of 15 meters. 7. Safety: (T) Single hearing protection when fired from both open and confined space 12 feet x 15 feet x 7 feet (1260 cubic feet) without injury. (O) Soldier firing of two or more rounds in the prone, kneeling, or standing positions over a 24 hour period IAW MIL-STD-1474 from an enclosed room of 12 feet x 15 feet x 7 feet (1260 cubic feet) dimensions, with two openings (window and door) while wearing single hearing protection. The purpose of this RFI is to gather information about those top level capabilities enumerated above. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses, or request further clarification from POC for unclassified data. 4. Responses: To assist in developing an acquisition strategy for the SLM System, the Government is requesting information from industry. Interested parties should submit white papers not to exceed 25 pages, with one inch margins, and no smaller than 10 12 pt Times New Roman or Courier New font in Microsoft Word format. Information requested within the annexes will not be counted as part of the page count for the submittal. Responses may include multiple concept submittals. If multiple concepts are submitted, data contained within the annex should be included for each individual concept. The Government encourages creativity in responses to this RFI. The white paper should include the following: (1) A brief description of one or more conceptual alternatives for the SLM System including major subsystems and associated components, (2) An overall feasibility assessment of each alternative and how each meets the objectives stated in Section 3. This should include a discussion of how capabilities would be allocated to the SLM System, (3) A discussion of potential Concept of Operations (CONOPS) resulting from implementation of the SLM System concept, (4) A candidate high-level implementation roadmap that includes transition points, (5) SLM System cost drivers and cost tradeoffs and a preliminary cost estimate for each of the alternatives should be provided to include development costs, integration cost and cost per system for quantities of 500, 2000, and 20,000. Annex 2 contains information requested to support cost data needed, (6) A high-level risk assessment for each alternative that articulates the respondents understanding of associated risks, (7) An estimate of Technology Readiness Levels (TRLs) of major subsystems, components, and the system as a whole, (8) A brief description of any projects that the respondents company is or has been involved in that are similar in concept to what is described in this RFI. This should include any relevant lessons learned, and (9) Any additional materials that are deemed appropriate by the respondent. The objective of this process is to assess current and future products and technologies within the US DoD industrial base capable of achieving the SLM System objective requirements. Emphasis should be placed on not only meeting threshold requirements, but also on how objective requirements may be partially or fully met through innovative technology and/or spiral development. Respondents are requested to submit lethality parameters (Annex 1) and cost parameters (Annex 2). Complete information related to required lethality capability against the various targets may be found in Annex 3, which is classified at the CONFIDENTIAL level and must be obtained separately, as noted below. The respondents should use the classification guide found in Annex 4 in determining classification of prepared responses. As a condition of responding to this RFI, it is a requirement that potential responders be a US based company, have US citizens employed that can work on this effort, and possess the means to properly store and work on information and hardware classified at the SECRET/NO FORN level. Interested responders must request the classified AMRDEC ANNEX in writing via e-mail within two weeks of RFI release. These requests should be directed to the contract specialist assigned to this RFI, Ruth Woodham, at ruth.a.woodham@us.army.mil. After RFI release, there will also be a period of two weeks for submittal of questions to the contract specialist, ruth.a.woodham@us.army.mil. Request must include: Company Name, Company and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information to receive classified information. All requests must be received within 14 calendar days of the date of this notice (or no later than close of business, 6 August, 2009). After validation by the AMRDEC security office of each interested responders security accreditation and eligibility to receive the classified AMRDEC ANNEX, a complete copy, along with the appropriate security classification guide (SCG) will be mailed to each validated responder. All submissions should include RFI Number, W31P4Q-09-R-0335. RFI responses are to be received no later than 1300 hours (CST), 8 September, 2009. 5. Disclaimer: REQUEST FOR INFORMATION FOR PLANNING PURPOSES (Oct 1997). The Government does not intend to award a contract on the basis of this Request for Information or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although proposal and offeror are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. This RFI is issued for the purpose of assisting in developing an acquisition strategy for the SLM System. Aspects of the design that are proprietary or have usage restrictions such as licensing requirements or restrictions on modifications or operator servicing should be clearly identified. Appropriate proprietary claims will be honored and protected to prevent improper disclosure. 6. RFI Classified Information Point of Contact (POC): Name: Spencer Hudson, Phone: 256-876-5380, E-mail: spencer.hudson@us.army.mil, Address: Commander, ATTN: RDMR-WDP-S, Bldg. 5400, Rm. C-140, Redstone Arsenal, AL 35898, Requests for additional information will not be honored, with the exception of technical questions or clarification that are required for submittal response. The Government requests that the respondents deliver one hard copy and one electronic soft copy to the POC in Microsoft Word format within 25 calendar days of the mailing date of the classified AMRDEC ANNEX or 30 days of RFI release, whichever is later. All submissions should include RFI Number. RFI responses are to be received no later than 1300 hours (CST), 8 September, 2009. All information must be in writing. Responses to this request for information may NOT be submitted via facsimile or by electronic means; any so sent will be disregarded. However, electronic media may be sent in addition to the mailed hardcopies, if so desired. Acknowledgement of receipt will be issued if request for return receipt is included with response. All information submitted will be treated confidentially and will not be released outside the Government. All submissions must be clearly marked with the following caption: Releasable to Government Agencies for Evaluation Purposes Only. The Government reserves the right to request further clarification to enhance the Governments understanding of the respondents submittal. Whitepapers that fail to comply with the above instructions, or present ideas not pertinent to subject, may not be reviewed. RFI responses will be accepted only from United States companies/organizations and qualifying countries considered US allies in accordance with National Disclosure Policy (NDP-1) eligibility, international agreements, and an established need-to-know. Foreign participation is not authorized during this effort and foreign contractor/government officials desiring a copy of this Request for Information (RFI) must submit an official request through their Embassy, Washington, DC, to Headquarters, Department of the Army. Requests received in any other manner will not be honored. A limit of 5 hardcopy materials may also be submitted to the POC. You may forward unclassified responses to the POC listed above. Classified information will be accepted by mail only, marked accordingly, and sent via proper channels. Classified information can be sent to US Army, AMRDEC, RDMR-WDP-S, Redstone Arsenal, AL, 35898-5000. The inner wrapping shall be addressed to: ATTN: RDMR-WDP-S (Mr. Spencer Hudson). All unclassified communication or requests for clarification associated with this RFI shall be directed to the Government Contracting Office via e-mail, Ruth A. Woodham, contract specialist, ruth.a.woodham@us.army.mil. This is part of a technology survey to assist in the planning of possible future programs and is for information purposes only. Informal or white paper responses are encouraged. This notice does not constitute an Invitation for Bids or a Request for Proposal, and it is not a commitment by the U.S. Army to procure products or services. The GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. However, respondents to this Request for Information will not be excluded from consideration for separate contract services ancillary to this demonstration program or for contract participation in any potential follow-on hardware development activity. No award is intended as a result of this RFI. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. ANNEX 1: Lethality Characteristics Vendor:_______________ Point of Contact Information: _____________ The following lists show the type of general information needed to determine probability of kill or lethal mechanism performance for a given threat set for a number of different types of lethal mechanisms. This is not intended to be an all-inclusive list. However, for any given device, enough data should be included to determine threat payload reaction, penetration depth into the threat structure or vehicle, component damage and personnel incapacitation, where applicable. Basic Chemical Energy Warhead (Explosively Formed Penetrator, Shaped charge) Warhead Description: Charge Diameter Charge Type Material Type (including liner) Distance from Virtual Origin to Liner Base Fuze Distance Explosive Type and Weight Penetration and Hole Diameter as a Function of Standoff Jet Break Up Time Jet Tip Speed Built in Standoff Distance Jet Liner Material Number of Penetrators, spacing and velocity magnitude and direction (for MEFP) Basic Kinetic Warhead (Fragments, Gun Launched Projectiles) Fragment Warhead: Fragment Dimensions/Shape Fragment Material (density if non-standard material) Ejection Velocity Ejection Angles Fragment Configuration (i.e. Mass and Number) Z-Data of Fragments (if available) Explosive Type and Weight Fuze Distance Kinetic Energy (KE) Projectiles: Projectile Dimensions/Shape Projectile Material Penetration and Hole Diameter as a function of Velocity and Obliquity (KE Penetrator) Gun Fuzing Errors (if applicable) Gun Mechanical Errors Rate of Fire ANNEX 2: Affordability Characteristics: Vendor Name: _____________________________ Contact Info: ______________________________ 1. Production Cost Information: For the Future System the prospective contractors will be required to provide projected production cost data for the total system and each major subsystem and component. Actual cost of the first production unit (T1) cost and average unit production cost (AUPC) for 500, 2000, and 20,000 units should be provided. The basis and/or rationale of each cost estimate should be stated and described. All assumptions shall be provided such as learning curve data, base year of estimates, manufacturing/assembly/test plus overhead costs, and other factors associated with the estimates. 2. Developmental Cost Information: The prospective contractors will also be required to provide a basic cost estimate for a system development and demonstration effort leading up to a milestone C decision. Costs associated with design verification and validation, development of prototypes, development of required documentation, risk management, manufacturing readiness, and system and subsystem level testing should be included. ANNEX 3: Required Lethality Capability: Annex 3 is Classified. Annex 3 must be requested by the process outlined in Paragraph 4 of the RFI. ANNEX 4. Security Classification Guide: The attached Individual Assault Munition Security Classification Guide is applicable to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH01/W31P4Q-09-R-0335/listing.html)
- Place of Performance
- Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
- Zip Code: 35898-5280<br />
- Zip Code: 35898-5280<br />
- Record
- SN01885567-W 20090725/090724000639-9c88de5173c67a9de69c6da4d8860e16 (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 |