Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2021 SAM #7333
SOURCES SOUGHT

A -- LONG-RANGE-PRECISION-FIRE (LRPF)/OTHER PROJECTILE � TEST DATA COLLECTION/ANALYSIS""

Notice Date
12/27/2021 7:31:33 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA CCDC ARMAMENTS CENTER PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15BW9
 
Response Due
1/18/2022 12:00:00 AM
 
Point of Contact
Mark Zator, Phone: 973-724-8121, Steve Dicristina, Phone: 973-724-5148
 
E-Mail Address
mark.zator.civ@army.mil, stephen.a.dicristina.civ@army.mil
(mark.zator.civ@army.mil, stephen.a.dicristina.civ@army.mil)
 
Description
INTRODUCTION: This is a Sources Sought (SS) being issued by the Army Combat Capabilities Development Command (CCDC), Armaments Center (AC), Munitions Engineering & Technology Center (METC), Fuze and Precision Armaments Directorate (FPAD).� This SS requests capability statements from potential contractors, on their ability to perform data collection and analysis on the LRPF portfolio of projectiles, as well as others projectiles.� These projectiles contain Radio Frequency (RF) and digital telemetry transmitting sources to include accelerometer, pressure, and various communication devices that link with telemetry receivers, and provide in-flight test data about the rounds performance given environmental conditions and other factors.� With respect to this requirement, of particular interest, is the relationship of the fuze with round performance.� BACKGROUND: This SS is for test data, collection and analysis supporting the Long Range Precision Fires (LRPF) portfolio, which is a top Army modernization effort.� Within that portfolio, information is being specifically requested to support the Precision Guided Munitions Kit (PGK) projectiles.� Other projectile rounds may be subject to testing.� The LRPF is changing the entire artillery footprint of artillery rounds by allowing for precise engagements, at much further distances, specifically with the Extended Range Cannon Artillery (ERCA), system.� The R&D services under this effort stand to allow for acquiring critical data to enhance the technology of various projectile rounds.� This effort also requires the knowledge of large mobile trucks and vehicle operations to setup mobile receive stations along the flight path of tested munitions.� Operators are required to setup telemetry receive equipment (antennas, linear noise amplifiers) and interface to other government and contractor testing systems. REQUIREMENTS: Responders to this SS notice are asked to provide capability statements with the following information: A narrative explaining the companies, and specific individuals, level of knowledge and experience related to data collection of projectile rounds, specifically the PGK round; A step by step narrative annotating the process for operating the receiver station, which receives data through different frequencies.� Responses detailing a high level of thoroughness should include details containing - from entry into the receiving station; turning on all required operating devices; and concluding work after the conduct of projectile testing;�� The ability to effectively use the receiving station, and adjust frequencies to collect data from rounds in flight using imbedded accelerometers; A narrative explaining risks to the fidelity and validity of the data received during testing, and mitigation strategies prior to testing, along with avoidance procedures; A narrative explaining the companies, and specific individuals ability to use the following test equipment: Telemetry receiver � adjust receiver for fidelity.� Oscilloscope; Spectrum analyzers; Digital recording equipment. PERIOD OF PERFORMANCE/CONTRACT TYPE The anticipated period of performance is To Be Determined (TBD).� The type of contract is still being contemplated, but both a Cost type, and Firm Fixed price type are currently being considered.� It is anticipated that any resultant contract, would be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, where specific test requirements would be specifically annotated at the Task-Order level.� The contractor would then bid proposals against the work specified for each task order.� A single award is anticipated.� �� ROUGH ORDER MAGNITUDE (ROM) It is requested that a ROM be provided detailing estimated firm-fixed fully burdened labor rates for the labor categories that would be performing the potential work.� Assume no other costs in the ROM submission.� In considering the term length of a potential contract, the Government is seeking specific information on the willingness to provide firm-fixed labor rate pricing up to sixty (60) months out, or for five (5) years.� If unwilling to propose against such a long term-length; what is the maximum length contract that your firm would accept? ��In addition, provide recommendations on the preferred type of contract, Firm Fixed Price (FFP), or Cost-Reimbursable.� NOTICE OF LIABILITY: This is not a formal solicitation.� This is a SS for market research purposes.� Any response to this SS is at the sole-discretion of the contractor.� No remittance payment will be made for any information sent in response to this SS.� Information submitted in response to this SS may be used for procurement planning purposes. �The information received by the Government will not be released to third parties.� For purposes of this SS, �third parties,� is defined as outside the Government. Interested parties should be cognizant of the �beta.sam.gov� portal, and of the acquisition process to ensure responsiveness to any opportunities related to issuance of a formal solicitation.� The website for Beta. Sam is as follows - https://sam.gov/.� At this time, a formal solicitation is not definitive.� All responses to this SS shall be unclassified.� ADMINISTRATIVE: Request that all responses include the following information: �Full Company Name (Legal Entity): �Cage Code: �Website (if applicable): �Contact Information: �Business Size Status.� If small, what type of concern? The point of contact for response is Mark P. Zator, DEVCOM AC, METC, FPAD, and Procurement Coordinator.� Email address is:� mark.zator.civ@mail.mil.� Phone is:� 973-724-8121.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/30bc05aeec7042629871627abd56911a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06205311-F 20211229/211227230108 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.