Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOURCES SOUGHT

13 -- TOP ATTACK (INCREMENT 1) & FULL NETWORK CAPABILITY (INCREMENT 3), CLOSE TERRAIN SHAPING OBSTACLE

Notice Date
11/20/2020 12:16:45 PM
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN21X0EM5
 
Response Due
12/21/2020 1:00:00 PM
 
Archive Date
01/05/2021
 
Point of Contact
Edward Gorsky, Morgan Ziatyk
 
E-Mail Address
Edward.a.gorsky.civ@mail.mil, morgan.f.ziatyk.civ@mail.mil
(Edward.a.gorsky.civ@mail.mil, morgan.f.ziatyk.civ@mail.mil)
 
Description
INTRODUCTION On behalf of the Project Manager Close Combat Systems (PM CCS), the Department of the Army, U.S. Contracting Command � New Jersey (CCNJ), Picatinny Arsenal, NJ is issuing this sources sought notice in the form of a survey, to identify potential sources that can meet the design and development requirements of a lethal, command and control capable Terrain Shaping Obstacle (TSO) Top Attack prototype.� This effort is the first increment (Inc1) of the Close Terrain Shaping Obstacle (CTSO) Program acquisition strategy.� PM-CCS will commence development of the Top Attack system in 3QFY22 followed by Bottom Attack (Inc2) and Full Network Capability incremental (Inc3) development efforts 3QFY25 and 3QFY26, respectively.� The Government is interested in sources that can partially or completely meet the desired capability of a Top Attack (Inc1) and aspects of the Full Network Capability (Inc3) system that will improve the ability of the Warfighter to influence enemy maneuvers and deny access to key terrain while allowing friendly forces to maneuver freely within the same battlespace. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) TO BE SUBMITTED. 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE/QUESTIONAIRE IS STRICTLY VOLUNTARY. ITEM DESCRIPTION PM CCS is executing a Sources Sought in order to evaluate future acquisition approaches for a new hand-emplaced Top Attack (Inc1) terrain shaping capability for a directed close tactical obstacle.� The Top Attack (Inc1) system should have improved lethality over previous generations of top attack systems.� Once emplaced in a tactical obstacle, the system should be able to operate in a standby state for up to six months with the ability to transition to a active state for 30 days.� The system�s command and control features should operate up to a distance of 5 km and include the ability to plan the obstacle deployment and emplacement at mounted or command post positions, the ability to remotely command and control up to twelve (12) 150 m by 250 m fields of Top Attack systems, the ability to provide safety authoritative information remotely, and the ability to communicate with Army Tactical Command and Control (C2) Systems for a full network capability (Inc3) to the Army Common Operating Environment (COE). �In addition, the hand-emplaced top attack system should be capable of being rapidly emplaced, recoverable, and reusable.� To enable future operational needs the Top Attack munition design should consider compatibility with delivery platforms such as 155mm tube artillery, developmental Long-Range Precision Fires (LRPF), robotic ground vehicle platforms, current and future vertical lift (FVL) aircraft, unmanned aerial aircraft and fixed wing aircraft.� REQUIRED TOP ATTACK CAPABILITIES The Top Attack (Inc1) system shall provide a lethal obstacle capability sufficient to shape terrain by disrupting enemy maneuver and defeating threat forces. The Top Attack (Inc1) system shall be capable of autonomously engaging threat vehicles, be DoD policy compliant, and be remotely controlled in order to provide maneuver commanders with maximum operational flexibility. The Top Attack (Inc1) system shall engage enemy vehicles with a 50 m minimum standoff with sufficient threat of damage or destruction. The Top Attack (Inc1) system shall adhere to Army doctrine and operate within the boundaries of the obstacle field. Standby state for up to six months with the ability to transition to an active state for 30 days. The capability to plan the obstacle deployment and emplacement using a device operated at mounted or command post positions. Capable of remotely commanding and controlling up to twelve (12) 150 m by 250 m fields. Command and Control of an obstacle up to a distance of 5 km during operations Data transmission shall be protected with NSA approved encryption Display of authoritative safety information on C2 devices The system shall utilize munitions that can be leveraged to support a long term Common Anti-Vehicular Munition (CAVM) acquisition approach, suitable for delivery by artillery, or missile, or aircraft while minimizing changes. � The Top Attack (Inc1) system shall be designed to be maintainable and supportable with the ability to update software accordingly. The emplacement of individual Top Attack (Inc1) components shall not require more than two (2) Soldiers (84lbs) per item The system should accommodate Modular Open Systems Approach (MOSA) where feasible.� A prototype system shall be developed and delivered within two (2) years of contract award.�� It is desired that the prototype system shall have a Technology Readiness Level (TRL) greater than TRL 4 at contract award as well as the ability to rapidly mature to a TRL 7 within two (2) years. Must be capable of conducting quality testing starting two (2) years after contract award for a period of one (1) year to support US Government Materiel Release process. REQUIRED FULL NETWORK CAPABILITIES Compatibility with Army Tactical Command & Control (C2) Systems with communication ranges up to 300 km to and from the obstacle Compatibility with the Army Common Operating Environment OTHER INFORMATION The system developer will have the opportunity to participate in two Soldier Touch Points in the first two (2) years after contract award to refine design. The manufacturer should be capable of demonstrating Top Attack (Inc1) article qualification tests after two (2) years and within three (3) years after contract award. The manufacturer should be capable of meeting first Top Attack (Inc1) article within four (4) Additional Information Your response to this survey/sources sought notice, including any capabilities statement, shall be electronically submitted, within 30 calendar days from the date of this publication, to the CCNJ Contracting Officer, Morgan Ziatyk, and Contract Specialist, Edward Gorsky in either Microsoft Word or Portable Document Format (PDF), via email at morgan.f.ziatyk.civ@mail.mil and edward.a.gorsky.civ@mail.mil.� The submission shall reference �Sources Sought for Top Attack, Close Terrain Shaping Obstacle� in subject line of the e-mail and on all enclosed documents.� Information and materials submitted in response to this request WILL NOT be returned.� DO NOT SUBMIT CLASSIFIED MATERIAL. This survey/sources sought notice is not a procurement action, but simply an inquiry among potentially interested organizations.� There will be no compensation by the Government for your response to this questionnaire. See attached document for full survey/sources sought notice.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/def61774659648d4ab0a54a9a7a6458d/view)
 
Record
SN05858370-F 20201122/201120230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.