Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

12 -- Market Survey - U.S. 81mm Weaponized Universal Lightweight Fire Control (WULF)

Notice Date
11/13/2017
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories 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
W15QKN18X00MT
 
Archive Date
12/28/2017
 
Point of Contact
Mark T. Bobitka, Phone: 9737245368, ,
 
E-Mail Address
mark.t.bobitka.civ@mail.mil,
(mark.t.bobitka.civ@mail.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Market Survey - U.S. 81mm Weaponized Universal Lightweight Fire Control (WULF) W15QKN-18-X- 00MT The U.S. Army Contracting command (ACC) - New Jersey, Picatinny Arsenal, NJ, 07806‐5000, on behalf of the Office of the Product Manager Precision Fires and Mortars (PdM PFM), Office of the Project Manager Combat Ammunition Systems (PM CAS) is seeking potential sources capable of producing Weaponized Universal Lightweight Fire Control (WULF) for use in all U.S. 81mm Mortar systems. The WULF shall provide real time digital display of weapon azimuth and elevation in all weather conditions without exposing the user to a hazardous environment. The WULF will be used in place of the current M67 mortar sight. The purpose of this market survey is to obtain current information from potential sources on a pointing technology that has been developed and tested to at least a Technology Readiness Level (TRL 5) per the DoD Technology Readiness Assessment Guidance. The basic technological components must be integrated with reasonably realistic supporting elements so it can be tested in a relevant environment. The technology must be able to be matured or developed to a level TRL 6 at which the system can be tested in the proposed environment within 12 months or sooner. The proposed prototype shall be demonstrated/delivered in Calendar Year (CY) 18. The potential solution shall have the required maturity level to enter into Engineering & Manufacturing Development (E&MD) and be qualified to support production start by CY21. The government estimates a total of 800 WULF systems will be procured and fielded to 81mm Mortar Units between FY22‐FY25. The production quantity may be significantly increased if the WULF can work on 60mm and 120mm mortar systems. 1) Overview/Purpose/Description of Procurement. The WULF must satisfy all of the requirements specified in the System Requirements Document (SRD), (available upon request). The WULF shall provide a pointing capability that supplies weapon azimuth in reference to grid north, elevation, and roll values for all US Army 81mm Mortar variants (M252 and M252A1). The purpose of the WULF is to replace the current M67 sight, reduce weapon emplacement time, and improve accuracy when engaging targets. The WULF shall be ruggedized for continuous operation in a wide range of military and combat environments. 2) Scope of Effort Interested parties will be required to submit a detailed proposed solution that can meet all of the requirements specified in the SRD. If the proposed technology demonstrates a sufficient solution, the government may have interest in partnering to further develop the technology to meet the requirements in the SRD. Provide a Rough Order Magnitude (ROM) price for developing the technology. 3) Technical Characteristics Interested parties shall be capable of providing WULF prototype hardware that meets the requirements outlined in the US 81mm WULF SRD and associated Engineering Drawings. 4) Requested Information To be considered a capable source for this effort, all interested sources must submit the requested information: a) A proposed concept and/or technology and the implementation to meet the requirements in the SRD. Interested parties shall specifically identify all deviations from the SRD along with proposed solutions for achieving compliance. All deviations shall discuss proposed engineering solution and associated risk assessment (to include cost, schedule, and performance risk). The response shall also describe the maturity of the concept and/or technology being proposed, describing any testing performed to date, if applicable. b) A description of facilities, equipment, personnel (numbers, experience, specialized skill sets), and environmental compliance as it relates to the above efforts; c) A general understanding of United States Government (USG) testing requirements and indirect fires; d) The company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign‐Owned Business, Small Business, Small Disadvantages Business, 8(a) concern, Woman‐Owned Small Business, Historically Underutilized Business Zone concern, Veteran‐Owned Small Business, or Service‐ Disabled Small Business); e) Evidence of Quality Assurance in order to support this program; f) Current and previous experience in designing pointing systems; g) Any additional information that may be useful to the Government. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). All information received in response to this market survey that is marked Proprietary will be handled accordingly. Responses to the market survey will not be returned. This market survey is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. 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 survey. Interested sources may obtain the System Requirements Document and Engineering Drawings for the WULF upon request and coordination with POC listed below. A Non‐Disclosure Agreement (available upon request), a DD2345, and Form 1350 must be submitted prior to receiving the SRD and drawings. Interested sources shall submit information within 30 days of this notice (No Later than 13 December 2017) by 4:00pm EST to Mark Bobitka, ACC‐NJ‐CA Bldg. 10, Picatinny Arsenal, NJ 07806‐5000, mark.t.bobitka.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e7f5566484590d64e1630540171c886)
 
Place of Performance
Address: ACC-NJ-CA, Phipps Road, Bldg. 10, Picatinny Arsenal, NJ 07806-5000, Picatinny, New Jersey 07806-5000, Picatinny, New Jersey, 07806-5000, United States
Zip Code: 07806-5000
 
Record
SN04738800-W 20171115/171113231323-9e7f5566484590d64e1630540171c886 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.