SPECIAL NOTICE
14 -- Request for Information for the Lethal Miniature Aerial Munition System (LMAMS)
- Notice Date
- 11/7/2013
- Notice Type
- Special Notice
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q14R0043
- Archive Date
- 2/5/2014
- Point of Contact
- Kimberly Garrett, 256-313-4852
- E-Mail Address
-
ACC-RSA - (Missile)
(kimberly.a.garrett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This request for information (RFI) seeks to expand on the information received through the previous RFI for the LMAMS system released on August 15, 2012. This RFI is subject to the provisions of FAR 52.215-3 and is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this announcement; or the Government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in further developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Response to this RFI is restricted to US Department of Defense contractors only. Non-United States companies or any United States subsidiaries of a non-US owned company shall be restricted from participation as prime, sub-contractors or component vendors if their participation includes any level of access to classified information with regards to warheads, electronic safe and arm devices, SAASM global positioning system, or any form of National Security Agency encrypted algorithm data link. Access restrictions included but are not limited to: system, subsystem or component designs and specifications; interface control documents; system or component drawings; manufacturing technology, materials, components; quality control and software development, integration, testing and documentation. The LMAMS is envisioned to be a loitering precision guided system, organic at the small unit level, which allows unprecedented engagement of enemy combatants without exposing the Warfighter to direct enemy fires. Notional LMAMS system components may consist of: 1) Fire control unit (providing hardware and/or function such as data link, associated cables, operator interface, and mission preparation and execution functions),; 2) an all-up-round munition (includes airframe, sensors, integrated guidance (such as Inertial Navigation System and/or Autopilot), warhead, data link, and launcher),; and 3) a training simulator. A notional LMAMS fire control unit is day/night readable, providing the user real time video and control of the munition. The operator can select predetermined targets using geo location reference, visually select and identify targets of opportunity, loiter, abort, abort and redirect, arm/disarm, and manually command warhead detonation. Three distinct mission phases are mission preparation, fly out, and terminal engagement. All phases of the LMAMS operations must be accomplished by a single operator and configurable for dismounted or mounted patrolling operations. For mission preparation purposes, targeting information is provided to or by the operator and may consist of headings, geo location reference, or landmark information provided by direct observation from the operator, other observers, or by sensors and networks separate from LMAMS. Positive identification of the target shall be made prior to launch by these sources. The operator will use this information to perform mission preparation with the fire control unit allowing autonomous flight to the area of interest. For the fly out, LMAMS must be launched quickly and fly an assigned route or path to a target area by a single operator. LMAMS will be capable of loitering. In the terminal engagement phase, LMAMS will have the ability to automatically track a target designated by the operator or allow the operator to manually control the system as needed to focus on a specific area or point of interest. The system must have lethal effects against personnel and personnel in moving light-duty vehicles, while minimizing collateral damage. LMAMS must have the ability to automatically lock on and track a stationary or moving target. Once a target is selected by the operator in the terminal phase of an engagement no further operator input shall be required. The Army LMAMS notional acquisition approach will respond to an approved Capabilities Production Document (CPD) (the basis for the System Performance Specification (SPS)) formal requirement employing a competitive prototype down select decision (for two or more sources) in late FY15/early FY16; therefore the Army is seeking component/technology readiness levels of 7+ that meet criteria for entry into the acquisition system at the production phase for Low Rate Initial Production (LRIP 1) (Milestone C). The competitive down select decision would be made in conjunction with a Milestone decision review based upon proposal evaluation and hardware/flight demonstration results. Bidders will be expected to demonstrate existing system capabilities and submit written proposals for any necessary hardware/software design updates to achieve the results required by the SPS and the implementing contracts. A subsequent competitive follow-on production contract decision is planned between the previously competitively selected sources. This RFI provides the following additional LMAMS system information/documentation: 1) Draft System Technical Requirements (STR), 2) Draft Notional Program Schedule, and 3) Draft Scope of Work for the LRIP 1 contract and available referenced attachments, and 4) Draft Hardware Demonstration Requirements as part of a future proposal response. These documents will be available in an electronic reading room. The U.S. Army Aviation and Missile Research, Development, and Engineering Center (AMRDEC) is developing component technologies in support of LMAMS under the Small Organic Precision Munition (SOPM) Program. Component technologies under development include Image Stabilization and Autotracker; Secure Digital Data Link; Power Systems; Small warheads; Laser Height of Burst Sensor; and Electronic Safe and Arm Device (ESAD). Information regarding these component technologies will also be available in the electronic reading room. Vendors who access the LMAMS RFI Reading Room will be required to possess either a DoD CAC Card or a DoD PKI ECA Certificate issued from an approved authority. Per AKO, the software certificates listed below are the only ones that can be registered at this time with AKO. Links to the vendor sites and more information about the DISA's ECA PKI Program can be found on their website at http://iase.disa.mil/pki/eca/index.html. For access to the reading room, please email Brandon Williams, brandon.m.williams2.civ@mail.mil or Steve Horn, steven.e.horn4.civ@mail.mil. You will be granted access to the reading room front page, where you will find a non-disclosure agreement (NDA). Please print, scan and email the NDA to Mr. Williams and Mr. Horn. You will then be granted access to documents located in the reading room. The reading room will be located on AKO with the direct URL https://www.us.army.mil/suite/files/40357720. The following information is requested: 1. Are there values of the STR performance parameters that with minor adjustments to quote mark Threshold quote mark requirements; could have a significant impact on cost or schedule in order to achieve? (MS WORD quote mark Track changes quote mark or quote mark Comment quote mark, unlimited, is the preferred method of providing information for this item.) 2. Based on the draft STR requirements and the design maturity envisioned by the FY 15/16 timeframe, is the 18 month notional program schedule for LRIP 1 achievable, or are additional design update/qualification times required? (Contractor proposed schedules for achievement of contract objectives are the preferred information for this item.) 3. Comments on the initial draft Scope of Work (SOW) and other provided draft RFP attachments (All referenced RFP attachments in the SOW are not yet available) are solicited prior to the planned formal draft RFP release for industry comment. (MS WORD quote mark Track changes quote mark or quote mark Comment quote mark, unlimited, is the preferred method of providing information for this item.) 4. Based on the draft STR requirements, the draft SOW and other draft RFP attachments, provide a Rough Order of Magnitude (ROM) cost estimate to complete the described effort, providing as much information as possible (design update cost, fabrication cost, test cost, quarterly funding requirements etc. (MS WORD document, unlimited, is the preferred method of providing information for this item.) 5. Based on the LMAMS Qualification Test Matrix and Limited User Test Requirements are there recommendations on methods or test procedures to reduce the amount of hardware to be delivered for test? (MS Office document, unlimited, is the preferred method of providing information for this item.) 6. Based on the Hardware Demonstration Requirements as part of proposal response, are there recommendations for methods to improve the demonstration process, or reduce the amount of hardware requested for demonstration to support the proposal? (MS Office document, unlimited, is the preferred method of providing information for this item.) 7. A ROM production unit cost estimate per year for: a) Fire Control Unit at quantity ranges of 25/100/250/500 b) All Up Round Munition at quantity ranges of 300/1000/1250/2500 c) Training Simulators at quantity ranges of 25/75/150 d) Inert All Up Round at quantity ranges of 25/100/200/500 Costs should be in FY13 constant dollars with unit costs broken out by material, labor, and overhead costs with major cost drivers and potential mitigations. Production unit cost will be a significant factor in any future program decisions. 8. A proposed training concept of personnel, including specialized training equipment required and certification of operators, master trainer, and mobile training with associated costs. 9. The Government recognizes that in response to this SOW, contractors will be proposing non-developmental hardware/systems requiring modifications to meet Government performance and qualification requirements. What are the commercial applications and potential commercial market for the system that you would propose to modify for the LMAMS capability? 10. A proposed sustainment strategy to include the logistics of system describing required maintenance storage, shelf life, and special tools with associated costs. Interested parties responding to this RFI should: a) Have experience with Department of Defense weapon systems contracting. b) Have a significant technology base and/or manufacturing and operating infrastructure (facilities and capabilities) that can readily support detailed coordination with the Government team. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. The Government does not intend to award a contract on the basis of this request for information, or to otherwise pay for the information submitted in response to this RFI. The Army is seeking respondents with materiel solutions in order to assess the readiness of industry to satisfy the basic capabilities expected of an LMAMS solution. Any submission will be handled in accordance with associated markings/legends provided by the submitting vendor. All interested vendors with the capabilities identified herein are encouraged to respond to this RFI by providing the information specified above, within 45 days of the issuing of the RFI. Questions and industry responses to this RFI are to be sent via email or mailed to: Army Contracting Command-Redstone, Building 5303 Martin Road, Redstone Arsenal, Al 35898-5000, Point of Contacts are Kimberly Garrett, Email Address is kimberly.a.garrett.civ@mail.mil, Phone Number: 256-313-4852, or Ryne Joyner, Email Address is ryne.w.joyner.civ@mail.mil, Phone Number: 256-842-9430.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b6b7edd50437045952a8f07ae6402226)
- Record
- SN03230698-W 20131109/131107234544-b6b7edd50437045952a8f07ae6402226 (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 |