Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOURCES SOUGHT

14 -- Request for Information: Long Range Precision Munition (LRPM) for Rotary Wing and Unmanned Aircraft Systems

Notice Date
9/10/2019
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missiles, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q19R0094
 
Archive Date
10/10/2019
 
Point of Contact
Patrick O. Mauldin, Phone: 2568427529, Pamela R. Russell, Phone: 2563137147
 
E-Mail Address
patrick.o.mauldin.civ@mail.mil, pamela.r.russell.civ@mail.mil
(patrick.o.mauldin.civ@mail.mil, pamela.r.russell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Program Executive Office (PEO) Missiles and Space (M&S), Program Management (PM) Joint Attack Munition Systems (JAMS), on behalf of the Warfighter, seeks information from contractors and Government agencies on long range precision munition weapons systems ready for qualification, production, and suitable for integration on currently fielded and future Army Rotary Wing (RW) and Unmanned Aircraft Systems (UAS). Potential weapons systems must be precision capable and demonstrated as a complete system in a relevant environment; responses will also serve to inform Air Launched Effects (ALE) lethal requirements. The defining requirements for the Long Range Precision Munition System are as follows in order of priority: 1. Effective against various target types to include: a. Integrated Air Defense Systems b. Lightly Armored Systems c. Command and Control Nodes d. Personnel 2. Range greater than 30 km; 40 km is an Army Munitions anticipated requirement; Range greater than 40km is an objective capability 3. Survivable against air defense and counter precision guided munition systems 4. Time of flight at 30 km is less than or equal to 100 secs 5. Tailorable guidance and lethal effects 6. Datalink enabled; Adaptable to various network types 7. Weight is less than or equal to 200 lbs including any containers for containerized weapons Requirements 1-3 are not tradeable while requirements 4-7 may be traded in support of requirements 1-3. The weapons system should be able to engage stationary and moving targets in day and night conditions in adverse weather and global positioning system (GPS) denied environments with low collateral damage. The response needs to address the following areas and identify the method of suitability (e.g. test, demo, sim, etc.): 1. Give a detailed system description to include the munition and its weight, size, power required, sensors, and warhead type; 2. Operational concept of weapon(s) with a description of the envisioned kill chain including all platforms that would be capable of firing the weapon(s); 3. Weapon mechanical, electrical, and communications interfaces, whether these interfaces support modular open system architecture, and all supported communication networks; 4. Identify targeting information requirements including maximum target location error for effectiveness; 5. Lethality and survivability against the intended targets; 6. Engagement capabilities that include: engagement time, minimum and maximum ranges, rate of fire, off-axis launch capability, impact accuracy, regret avoidance capability, and collateral damage mitigation; 7. Environmental survivability (MIL-STD-810H) in worldwide conditions (Army Regulation 70-38); 8. Identify production capacities; 9. Logistics requirements to include, but not limited to (supply, maintenance, transportation, shelf life, training); 10. Software and hardware integration impacts to the existing fleet of RW and/or UAS; 11. Human factors required for weapons/ordnance handling and employment; 12. Number of munitions per launcher; 13. Launcher size, weight, power, and interface requirements if different than an M299 Launcher; 14. Identify unique interface requirements for the launcher subsystem; 15. Provide an assessment of the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of the product including key subsystems such as: guidance and sensor mechanisms employed; propulsion, datalink, safe, arm, and fire device; etc. Substantiate TRL claims including descriptions of test and evaluation events associated with weapon design. Substantiate MRL assessment according to the criteria in the DoD MRL Deskbook 2018; 16. Indicate readiness and willingness to conduct a test flight from a RW or UAS within 24 months of Request for Information (RFI). Provide system performance data to the extent available and relevant test data demonstrating the performance. In addition, contractors may provide an additional description of weapon concepts that could be available within 5-7 years that rely on their current technology development efforts that address the Army's prioritized capabilities or development efforts sponsored by the Army's Cross Functional Teams (CFTs). All respondents will be invited to an Industry Event and provided an opportunity to privately brief their product to a team of Government and Government Support Contractor Subject Matter Experts. The content of the briefing should include an overview of the system and a detailed description of the performance, including all relevant test data substantiating performance, TRL and MRL. Responses to this RFI will be used for information and planning purposes only and does not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this RFI. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review. Responses to this RFI are Not-to-Exceed (NTE) 25 single-sided pages in length on 8.5 x 11 paper, include a font size no smaller than Arial 10, and submitted via electronic media. Test data or reports substantiating the performance, TRL, and MRL should be included as attachments and is limited to 100 pages and no more than 30 minutes of audio and video. The summary information provided in the Attachment does not count against the page limits. All information must be readable by Microsoft (MS) Word 2013, MS Excel 2013, or Adobe Acrobat and be provided with proper markings for classified and proprietary information. If your submittal contains classified information, it should be properly labeled, handled, and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Responses should include: 1. Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address 2. Point of contact, including: name, title, phone, and email address 3. Size of company, average annual revenue for the past three years, and number of employees 4. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran­Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business. Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business This RFI will be open for 60 calendar days from date of publication. Information may be submitted by a governmental or non­governmental entity including commercial firms, institutions of higher education and with degree granting -program in science and/or engineering (universities), or consortia led by such concerns. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. NOTE: If the interested party is a foreign concern or if a U.S. interested party has a team member or partner who is a foreign entity, they will need to adhere to all International Traffic in Arms Regulations (ITAR) requirements. All submittals will be treated (and marked) at a minimum For Official Use Only. No-email submissions will be accepted. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI will not be returned. All responses must be postmarked by 12 NOV 2019, on numbered and labeled CD or DVD readable and/or executable under Microsoft Windows 10, and double wrapped in accordance with the NISPOM, to: Unclassified Information: U.S. Army Contracting Command -Redstone CCAM-TM-A/ATTN: Patrick Mauldin Building 3301 Zeus Road Redstone Arsenal, AL 35898-5000 Classified Information: Joint Attack Munition Systems Project Office ATTN: SFAE-MSL-JAS/ATTN: JAMS Security 5250 Martin Rd Redstone Arsenal, Al 35898 All respondents are encouraged to submit any questions relative to this RFI within 15 calendar days of the RFI release date to Patrick Mauldin email: patrick.o.mauldin.civ@mail.mil. All inquiries must be submitted in writing. No extensions to the RFI response period will be granted. Primary Point of Contact: Patrick Mauldin, Contract Specialist patrick.o.mauldin.civ@mail.mil Phone: 256-842-7529 Secondary Point of Contact: Pamela Russell, Contracting Officer pamela.r.russell.civ@mail.mil Phone: 256-313-2764 Contracting Office Address: BLDG 5303 SPARKMAN CIR Redstone Arsenal, Alabama 35898-5090 United States Place of Contract Performance: Location to be determined. United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/504af9193a9ed4803c16f2a5e1cb4be5)
 
Record
SN05438428-W 20190912/190910231132-504af9193a9ed4803c16f2a5e1cb4be5 (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.