SOURCES SOUGHT
A -- OSD Joint Stand-off Weapons Defeat Integrated Product Team (JSOWD IPT), Rocket Propelled Grenade (RPG), Anti-Tank Guided Missile (ATGM), and Unmanned Aerial Systems (UAS) Countermeasure Systems Sources Sought Notice (SSN)
- Notice Date
- 4/22/2015
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-15-X-8590
- Response Due
- 5/22/2015
- Archive Date
- 6/21/2015
- Point of Contact
- Nadine Schneider, 973-724-4800
- E-Mail Address
-
ACC - New Jersey
(nadine.schneider@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army ARDEC, Picatinny, is seeking information on the availability and technical capability of all sources to provide the required products and/or services. The Stand-Off Weapons (SOW) Defeat Joint Integrated Product Team (JIPT) has been chartered under the authority of the Department of Defense (DOD) Physical Security Enterprise and Analysis Group (PSEAG) with its mission to study the state of the art in the areas of countermeasures to the threats posed by rocket propelled grenades (RPG), anti-tank guided missiles (ATGM), and unmanned air systems (UAS). RDECOM-ARDEC leads the Capabilities Working Group under this JIPT, this working group holds responsibility for assessing current countermeasure capabilities against the threat systems noted. Required Capabilities: With regard to RPG/ATGM threats, the Government is assessing countermeasure capabilities against individual and groups of air, ground, sea, and area assets. The same approach will also apply for UAS threats, in addition to direct attack mode, capabilities may also address these threats with regard to potential surveillance aspects. RDECOM-ARDEC is seeking detailed information and data on: 1. Counter-RPG/ATGM/UAS System Description 2. SWAP (Size, Weight and Power) specifications 3. System's sensor suite Field of Regard, if applicable 4. System's engagement process (timeline and distance) against RPG/ATGM/UAS threats, to include system power up, data upload, slew, launch, course correction, intercept, and defeat, if applicable 5. Technology Readiness Level or Manufacturability Readiness Level (TRL/MRL) (current), TRL/MRL (projections FY16-FY25) 6. Anticipated collateral damage/fratricide effects to include a description of how they were calculated 7. Anticipated residual penetration at engagement and/or at impact location 8. Calculated probability of threat intercept and defeat (given a launch signal), including the definition of defeat 9. For Counter-UAS solutions, identification of kinetic and non-kinetic defeat mechanisms. 10. Any applicable test data to support provided claims Please note: Provide any additional relevant information or data not listed above. The responses shall include, but not be limited to: Business name and address; Name of company representative and their business title; Type of Business; Cage Code; (a) An executive summary of the party's experience with counter RPG/ATGM/UAS; (b) A description of the party's counter RPG/ATGM/UAS solution that will be capable of being integrated on to a single or multiple ground vehicle demonstrator; responses shall be limited to a 20 page maximum. (c) Evidence of current TRL 5 or 6, or what investment would be required to reach TRL 6; and (d) Data on the Counter RPG/ATGM/UAS performance in different environments (i.e. temperatures, transportation, vibration, E3 effects, etc.) This Sources Sought Notice is for informational and planning purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. The Government reserves their right to reject, in whole or in part, any private sector input as a result of this sources sought notice. The Government is not obligated to notify respondents of the results of this sources sought notice. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. All information to be submitted in response to this market research shall be unclassified. For any questions, please contact the point of contact listed below via email. The information must be submitted within thirty calendar days from the date of this publication to: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Nadine Schneider, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: nadine.k.schneider.civ@mail.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e7b3beb5b4b6eb818e8bfd457ae7e1dd)
- Place of Performance
- Address: US Army, ARDEC Bldg. 95 Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03707418-W 20150424/150422234834-e7b3beb5b4b6eb818e8bfd457ae7e1dd (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 |