SOLICITATION NOTICE
10 -- Multi-Role Anti-Armor Anti-Personnel Weapon System (MAAWS) Only One Responsible Source
- Notice Date
- 2/9/2012
- Notice Type
- Presolicitation
- NAICS
- 332994
— Small Arms Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-12-D-0006
- Point of Contact
- Karen Stevens,
- E-Mail Address
-
karen.stevens@socom.mil
(karen.stevens@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF PROPOSED CONTRACT ACTION: US Special Operations Command (USSOCOM) intends to award a contract for the immediate procurement of a reusable shoulder fired recoilless weapon system and family of ammunition to Saab Dynamics, AB, Karlskoga, Sweden, on a sole source basis under the authority of 10 U.S.C. 2304(c)(1), as implemented by 6.302-1(a)(2)(ii). Saab Dynamics is the manufacturer of the Multi-Role Anti-Armor Anti-Personnel Weapon System (MAAWS). The anticipated award date for the five (5) year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract is on or about August 2012. USSOCOM has a requirement for a shoulder-launched system and associated munitions to defeat various targets. The following types of munitions are required: High Explosive Anti-Tank (HEAT), High Explosive (HE), Smoke, Illumination, Area Denial Munition (ADM), High Explosive Dual Purpose (HEDP), Anti-Structure Munition (ASM), Multi-Target (MT), and training ammunition. The weapon system can be crew served and should be no greater than 22 lbs. The associated ammunition rounds should weigh no greater than 10 lbs each. The system and munitions must be capable of being rigged for airborne and submersible operations in accordance with existing service procedures. The system and munitions must be sufficiently rugged to remain safe, operational, and effective following exposure to the rigors normally associated with military operations, including air delivery and salt water submersion. A fully developed system with associated munitions is desired. Additionally, the weapon system must include a sub-caliber training system. The sub-caliber training system must replicate the trajectory and crosswind behavior of a tactical munition throughout its effective range. The system and munitions must meet U.S. safety and performance requirements. In response to this synopsis, information shall be provided on the following areas and topics. Additional information and topics are also encouraged. All responses to this synopsis must be in the English language. Item Status: Information shall be provided that shows item production status or how the item will be developed. It shall include information on the design, fabrication, and tests completed or to be conducted to validate the design. Cost/Schedule: Actual or expected production unit costs for the system and munitions shall be provided. The time required to deliver the production items shall also be provided. Safety Program: Information shall be provided on existing system safety engineering capability and experience in meeting U.S. Army, Navy, and Air Force health and safety requirements. Industrial Preparedness: Information shall be provided on round availability, including a summary of facilities and tooling available to support development and production. Production history for recoilless rifle systems and family of munitions shall be submitted to demonstrate past performance, with emphasis on work performed for the U.S. Government. Acquisition Teaming: Information shall be provided describing experience in teaming with a customer, to include level of involvement with emphasis on participation in U.S. Government defense acquisition teams. This notice is not a request for competitive proposals or an invitation for bids, nor is it to be construed as a commitment by the Government. All information is to be submitted by March 12, 2012, 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 announcement. The Government is not obligated to notify respondents of the results of this announcement. Government point of contact for interested sources is Contract Specialist, Karen Stevens, SORDAC-KR, at karen.stevens@socom.mil, 7701 Tampa Point Blvd, MacDill AFB, FL 33621, fax 813-826-4838. Reference the above number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-12-D-0006/listing.html)
- Record
- SN02672216-W 20120211/120210114554-7fec1c4f2591e10b5bc2a62de6ed7e15 (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 |