SOURCES SOUGHT
12 -- Integrated Fire Control System for M3/M3E1
- Notice Date
- 3/20/2017
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-X-08YU
- Archive Date
- 4/22/2017
- Point of Contact
- John Hynes, Phone: 9737244137
- E-Mail Address
-
john.w.hynes2.civ@mail.mil
(john.w.hynes2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Description(s): The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of Project Manager Soldier Weapons (PM SW) is conducting a market survey to identify potential sources for an Integrated Fire Control System (IFCS) for the M3/M3E1 Multi-role Anti-armor Anti-personnel Weapon System Recoilless Rifle. The M3/M3E1 IFCS will combine the capabilities of a laser range finder and a close-medium range, rapid engagement optic into one fire control system. It will provide accurate ballistic compensation and will display range data and firing solution. It will also be able to effectively engage moving targets. PM SW is looking for an IFCS at Technology Readiness Level 7 and Manufacturing Readiness Level 8 or above. System Requirements and Desired Objectives: 1. The IFCS system weight shall be less than 5 pounds. 2. The IFCS shall be capable of quickly dismounting from an M3/M3E1 Recoilless Rifle, and upon remounting onto an M3/M3E1 Recoilless Rifle, shall be ready to engage a target within 30 seconds, while retaining boresight within 1 minute of angle. 3. The IFCS shall provide a range to target with an accuracy of +/- 1 meter. 4. The IFCS shall provide ballistic solutions from 15 meters to 1000 meters and out to 1300 meters (desired) for HE441D RS, HEDP 502 RS, TPT141, and 7.62mm Sub caliber Training ammunition from the M3 and M3E1 weapons. 5. The IFCS shall provide a user configurable digital overlay capable of displaying text, target reference points, and a disturbed reticle within the field of view. 6. The IFCS disturbed reticle shall update the aim point displayed based on all variables required to accurately engage targets that include, but are not limited to: range to target; atmospheric conditions; weapon orientation; and ballistics of the weapon/ammunition selected. 7. The IFCS disturbed reticle shall update the aim point displayed for a stationary target within 1 second. 8. The IFCS disturbed reticle shall update the aim point displayed for a target moving up to 20Km per hour (40Km per hour desired) based on any combination of changes to range, azimuth, and elevation within 5 seconds. 9. The IFCS digital overlay shall display range to target in meters, a weapon cant warning indicator, and (desired) target elevation above/below the weapon in meters 10. The IFCS shall use commercially available batteries, have a battery power indicator with low power warning, and (desired) revert to degraded operation mode with basic functionality in the event of no power. 11. The IFCS shall utilize an open systems architecture. 12. Programing selected ammunition fuzes is a desired capability of the IFCS. 13. Selectable or variable magnification and/or thermal capability is a desired capability of the IFCS. 14. Ballistics solutions tables for at least ten different ammunition types for each weapon is a desired capability. 15. The vendor shall provide evidence of IFCS compliance with MIL-STD 810G tests including the following methods: (500.5) Low Pressure, (501.5) High Temperature, (502.5) Low Temperature, (504.1) Fluid Contamination, (505.5) Solar Radiation, (507.5) Humidity, (509.5) Salt Fog, (510.5) Sand and Dust, (512.5) Immersion, (514.6) Transportation Vibration, and (519.6) Gun Fire Shock. 16. The vendor shall provide evidence of IFCS compliance with the Ground, Army requirements in MIL-STD-461G. 17. The vendor shall provide evidence that the IFCS has been demonstrated to work with full body armor, helmet, eye protection, and night vision goggles; or mission oriented protective posture 4 gear. 18. The vendor shall provide evidence of compliance with quality standards such as ISO 9000. 19. The vendor shall be prepared to provide at least six (6) test articles within 90 days of notification/selection. All the articles shall incorporate ballistic tables for the following ammunition types: HE441D RS, HEDP 502 RS, TPT141 and 7.62mm Sub-caliber Training ammunition. 20. The vendor shall be prepared to provide IFCS operator and maintenance manuals with delivery of the test articles, or (desired) with response to this market survey. Information for products that require integration or minimal modification may be provided. The unit can also be a Non-Developmental-Item (NDI) or a Commercial-Off-The-Shelf (COTS) item. Respondents are requested to identify if the potential solution requires development or integration and the projected amount of time needed to be compliant with the above requirements. Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. Interested companies are requested to submit a capabilities statement of 2-5 pages via e-mail by 30 March 2017. The Point of Contact is John Hynes, at john.w.hynes2.civ@mail.mil. Interested firms should also provide their address, point-of-contact with telephone number and e-mail address, and size of business (small/large) and if applicable, the Small Business category. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address 3. Company point of contact and phone number 4. Major partners or suppliers 5. The North American Industry Classification System (NAICS) code. Is your business considered a Small Business based on your NAICS Code? 6. Description of capability to develop and/or manufacture a system(s) to meet the criteria listed above. 7. Commerciality: (a) Our product as described above, has been sold, leased or licensed to the general public. (b) Our product as described above has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain: 8. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 9. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 10. Please provide any additional comments. This market survey does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any item whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this market survey does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Item Status: Information shall be provided that shows item production status. It shall include information on the design, fabrication and tests completed to validate the design. Test reports demonstrating the capabilities of the system shall be provided at no cost to the US Government. Cost/Schedule: Actual quantity range pricing or anticipated production unit costs for the system, basic issue items (e.g. lens caps), and any support items (e.g. tools) shall be provided. Vendors shall provide nominal or predicted duration from receipt of order to delivery. 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 availability, including a summary of facilities and tooling available to support future development and current production. Production history for the IFCS 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. Any additional related information and topics are also encouraged to be included. All responses to this market survey must address the areas identified above in addition to the system requirements and desired objectives in Microsoft Office compatible form in the English language. This market survey is for planning purposes only and shall not construed as a Request for Proposal or as an obligation on the part of the Government. All information is to be submitted at no cost or obligation to the Government. The Government is not obligated to notify respondents of the results of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb9c6c497cc267a99817e5788dd68a12)
- Record
- SN04440583-W 20170322/170320234221-eb9c6c497cc267a99817e5788dd68a12 (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 |