SPECIAL NOTICE
14 -- Request for Information for Guided Multiple Launch Rocket System (GMLRS) Insensitive Munitions (IM)
- Notice Date
- 6/6/2014
- 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
- W31P4Q14R0129
- Archive Date
- 6/6/2015
- Point of Contact
- kenedria.s.kennedy, 256 955-0966
- E-Mail Address
-
ACC-RSA - (Missile)
(kenedria.s.kennedy.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI)is subject to the provisions of FAR 52.215-3 and is for information and 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. Responses 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. If a Request for Proposal is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement 1. OVERVIEW This RFI seeks to ascertain the level of interest and capability of potential vendors desiring to contract for the manufacture of production ready Insensitive Munitions (IM) Rocket Motors (RM) for the Guided Multiple Launched Rocket System (GMLRS) to include Ignition Safety Devices (ISD). The qualification, manufacturing, integration and qualification test support shall be in accordance with the statement of work (SOW) and performance specifications. Interested sources will provide information papers describing their recommended strategies. Data must be provided to sufficiently support recommended strategies. Responses must be in compliance with all applicable Army, DoD and Federal policies. The Government is seeking approaches regarding the technical approach and industry's assessment and opinion of the most efficient and cost effective method of executing this effort. This RFI seeks information papers describing the benefits or risks associated with inclusion of production options and recommendations on contracting approaches that provide a best value to the Government while minimizing risk (specifically cost risk) to the potential selected contractor. 2. REQUIREMENTS STATEMENT The contractor shall clearly articulate how it will manufacture IM propulsion systems (rocket motors and ISDs) for component and system level qualification testing and transition into GMLRS production in accordance with (IAW) the SOW and the Performance Specifications MIS-PRF 57671(for the GMLRS IM Rocket Motor) and MIS-PRF 57670 (for the GMLRS ISD), as well as the Interface Control Documentation/Drawings, Interface Control Document (ICD)-13540663, dated 17 February 2011 and Missile Command Specification Electrical ICD for the Ignition Safety Device MIS-57669. Any documentation provided shall demonstrate the propulsion system's compliance with the statutory and regulatory requirement for Insensitive Munitions (10 U.S.C. 2389, Department of Defense Directive 5000.1, May 12, 2003, and all other applicable regulations). The propulsion system is intended to replace the current production GMLRS motor which is not IM compliant. 3. PURPOSE AND LIMITATIONS The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government is receptive to any and all ideas. Proprietary information is neither solicited nor prohibited. However, if submitted, it should be appropriately marked. 4. REVIEW PROCESS The Government will review information papers to assess the offeror's ability to meet the requirements of the SOW and the responses will not be scored or ranked. The Government will review the offeror's estimated Technology Readiness Level (TRL) based on maturity data and information provided by the offeror. Offerors shall have completed the following testing to demonstrate a Technical Maturity Level of 7: rocket level modal survey; empty case bending loads over the thermal extremes; static tests initiated with an ISD over the thermal extremes; and flight tests initiated with an ISD over the operational thermal extremes. All tests with ISDs shall be initiated by a M270A1 or M142 High Mobility Artillery Rocket System (HIMARS) Fire Control System (FCS) or fireset simulating the FCS. The Government will review the offeror's estimated Manufacturing Readiness Level MRL based on manufacturing and production data and information from the offeror along with identified technical barriers and associated plans to mitigate those barriers. Offerors shall demonstrate a MRL to include, at a minimum, the manufacture of 25 Propulsion Systems (RM and ISD) produced on production capable equipment. a) IM rocket motors, to include the case, insulation, liner, mixer, casting, and curing facilities, etc. should have been manufactured in production size facilities and the subsequence testing of these rocket motors should have been demonstrated in static or flight tests over the operational thermal extremes (-32 C to +60 C). b) ISDs should have been manufactured on production capable equipment with subsequent testing in static or flight tests at the operational thermal extremes (-32 C to +60 C). IM Propulsion systems should also have demonstrated reliability after subjected to environmental vibration and shock at the operational thermal extremes (-32 C to +60 C). Offeror's data shall demonstrate capability of identified equipment to produce the RM and ISD to include documentation of processes, facilities and labor. The offerors proven capacity to meet nominal production rates and surge rates by assessing the manufacturing equipment capacity, methods and processes, material strategy, facilitization and labor and manpower will be reviewed. The offeror's proven approach for integration with the GMLRS system to include special tooling and processes as documented in the response will also be reviewed. The Government review of IM performance will be based on empirical data, analysis, and test data provided by the offeror. This data and analysis will be assessed to determine the extent of the offeror's rocket motor's ability to meet the levels described in MIL-STD-2105 and STANAG 4439. The Government will consider the offeror's demonstration of IM performance levels in Fast Cook Off, Slow Cook Off, Bullet Impact, and Fragment Impact Tests. Sympathetic Detonation and Shaped Charge Jet IM testing is not required for IM propulsion systems designed to be Hazard Class 1.3C. The Government will assess the robustness of the offeror's IM performance test data to determine levels claimed. The offeror's plan for handling deviations will be reviewed as well as the likelihood of the offeror's ability to achieve schedule compliance based on complexity of design, maturity of design, manufacturing arrangements, and schedule mitigation robustness. The Government will also review the offeror's past performance in meeting schedule requirements. The Government will review how well schedule risk was managed during previous contracted efforts, Offerors shall identify remaining technical risks and approaches to mitigating those risks during GMLRS IM RM and ISD Manufacturing, Integration, and Qualification Manufacturing and Test Support. This risk is primarily associated with meeting requirements against the TRL and IM compliance previously delineated in the RFI, including the perceived ability of the contractor to mitigate that risk during the GMLRS IM RM and ISD Manufacturing, Integration, and Qualification Manufacturing and Test Support phases in order to achieve sufficient maturity levels. Past performance related to technical performance against requirements will be considered in the review. 5. INFORMATION PAPER REQUIREMENTS Paper Size and format Papers shall be no more than 50 pages to include cover letter. In addition five attachments consisting of briefing slides, test reports, pre-printed commercial brochures or sales literature may be included. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. 6. QUESTIONS All questions shall be submitted via email to Kenedria Kennedy, Contract Specialist at Kenedria.s.kennedy.civ@mail.mil. Responses must be received no later than July 11, 2014. All material submitted in response to this RFI must be unclassified and properly marked upon receipt. The Government will review information papers in conjunction with any available data provided to support the paper.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8b16535bf770e2984ba45051112a063b)
- Record
- SN03387775-W 20140608/140606234301-8b16535bf770e2984ba45051112a063b (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 |