Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SPECIAL NOTICE

10 -- POTENTIAL SOURCES SOUGHT SYNOPSIS FOR SPECIAL OPERATIONS PECULIAR MODIFICATION WEAPONS KIT PROGRAM (SOPMOD) INTEGRATED PRODUCT TEAM (IPT) MEETING FOR THE ENHANCED GRENADE LAUNCHER MODULE (EGLM)

Notice Date
10/14/2003
 
Notice Type
Special Notice
 
Contracting Office
N00164, Code 1162, Bldg. 2521, 300 Highway 361, Crane IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
DON-SNOTE-031014-001
 
Archive Date
10/17/2003
 
Description
PURPOSE: This Commercial Area Announcement (CAA) updates activities under previous solicitation N00164-02-D-0063. This CAA announces the intent of Naval Surface Warfare Center (NSWC) Crane, to hold an Integrated Product Team (IPT) meeting with industry interaction for the Enhanced Grenade Launcher Module (EGLM). The purpose of this IPT meeting is to: (1) Refine the EGLM Operational Requirements Document (ORD) Annex, which outlines the requirements and future of the EGLM project; (2) Refine the Performance Specification for the EGLM, and (3) provide a forum for direct, closed-session interaction between industry, Special Operators (end users), and acquisition personnel. BACKGROUND: The EGLM is a sub-program of the Special Operations Peculiar Modification (SOPMOD) Program, which was established in 1994. The mission of the SOPMOD Program Management Office (PMO) at NSWC Crane, IN is to provide standardized, versatile weapons accessories to meet needs across Special Operations Forces (SOF) mission scenarios. These accessories will increase operator survivability and lethality by enhanced weapon performance, target acquisition, signature suppression, and fire control. SOPMOD PMO provides these accessories when they are operationally suitable, affordable, sustainable, and funded. SOPMOD supports Army, Navy, and Air Force Special Operations Units, as well as a variety of other US military units and agencies. EGLM is in its third year of development as a subsystem project of SOPMOD. In September of 2000, at the request of a Special Operations Forces (SOF) Requirements Working Group (RWG), SOPMOD PMO conducted a Vendor Technology Demonstration of Grenade Launchers. Nine vendors demonstrated their grenade launchers to 32 Army, Navy and Air Force comb atant operators in round-robin assessment. Three new grenade launchers were found superior to the existing M79 and M203 grenade launchers. The demonstration generated industry and command interest, leading to an un-requested Congressional R&D Plus Up in Sept FY00 of $873K for EGLM research. EGLM project had its second interaction with industry in July of 2001 at the SOPMOD Industry conference. On 28 February 2002, the initial draft specification was released for early industry comment. On 3 October 2002, the EGLM project office issued a separate combined synopsis/solicitation N00164-03-Q-0007 seeking working demonstration samples of EGLM candidates. Two firms provided working prototypes during 2003. These prototypes demonstrate that that fundamental capabilities envisioned in EGLM are achievable within the performance plan of the currently drafted ORD Annex, leading to t his CAA. STATUS: EGLM has continuing support by Congress and USSOCOM component commands. EGLM is an approved Foreign Comparative Test (FCT) activity for FY03 and FY04. On 27 August of this year, SOPMOD Program Integrated Product Team (PIPT) and Requirements Working Group (RWG) meeting convened at MacDill Air Force base in Tampa, Florida. The result of these meetings for the EGLM sub-program was to develop an EGLM ORD Annex. This ORD Annex has been drafted and is awaiting industry and user comments, before being staffed for validation. EGLM Performance Specification is also included for comment. AQCQUISITION SUMMARY: The EGLM acquisition effort will utilize a Best Value approach. Offers will be evaluated to determine compliance with a Performance Specification. The Performance Specification is published in draft form for public comment in this CAA, and will appea r in final form in a future solicitation. The offers will then be evaluated to determine if the proposals/product samples exceed the stated threshold requirements and whether or not those excesses are beneficial to the Government. Indefinite-Delivery Indefinite-Quantity (IDIQ) contract(s) will be awarded to selected vendor(s). CAPABILITIES SUMMARY: The EGLM project consists of four (4) distinct increments. These increments are necessary to allow development of emerging technologies, enabling evolutionary architecture to fully mature. Each increment is designed to increase the capability of the warfighter by fielding sequential partial capabilities/solutions when authorized by a favorable Milestone C production and fielding decision. The EGLM developmental increments are: (1) Increment One will consist of a new 40 MM grenade launcher with a modular fire control sub-sys tem that provides ranging capabilities. The EGLM (Increment One) will replace the aging M203 and the M79 currently fielded to SOF. (2) Increment Two envisions upgrade to fire control capability that may have not been achieved in Increment One. Such upgrades may include (a) Integration of aiming and ranging technologies; (b) An automatic adjusting aiming point; (C) Incorporation of programming pathways for future programmable 40mm ammunition; (D) Integration of multiple ballistic programming solutions for various U.S. ammunition; (e) incorporation of a shot counter. (3) Increment Three Introduces Enhanced Indirect Fire Munitions (EIFM) involving 40mm munitions and fusing development. Increment three will call for development of four 40mm rounds with the following capabilities: (A) Selectable air bursting, point detonating, and delay (HEDP-TM) capability in a single round of ammunition;(B) Break Contact and other close-range applications; (C) Over Pressure / MOUT capability, providing enhanced lethality in enclosed spaces; (D) Infrared illumination. (4) Increment Four shall entail final system integration, fully unifying improvements of previous increments, including new developments, such as: (A) Technology insertion of higher velocity/longer-range rounds; (B) Analysis, computation, and insertion of total ballistic solution of various types of 40mm munitions, to include foreign/allied rounds. INVITATION: This invitation is specifically being issued to schedule appointment(s) for a face-to-face closed session meeting between industry individuals/teams and the government/user community. The IPT is scheduled to conduct closed session meetings from 5-6 November 2003 at Adams Mark, 430 S. Gulfview Blvd., Clearwater Beach, FL 33767 (Phone (727)443- 5714). Interested parties must reply by e-mail to the Contracting Point of Contact, Paul Johnson Johnson_p@crane.navy.mil not later than 15 October 2003, 1700 hours CST, to be considered for appointment. Invitees are also encouraged to provide written comments to the EGLM ORD Annex EGLM ORD Annex and its tandem document the Performance Specification Performance Specification. Comments regarding the drafts of the ORD Annex or the Performance Specification should be submitted in writing no later than 17 October 2003. This IPT will not have provision for vendor display booths. Limited table space for informal product sample display and hands-on demonstration and audio-visual presentation support will be available in closed sessions. Seating limitations and time constraints may exist, and will be allocated on first-registered-first confirmed basis. Industry attendees, please provide your Commercial and Government Entity (CAGE) code and Contractor Establishment Code (DUNS number). To be eligible for attendance you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. NOTICE: In accordance with Federal Acquisition Regulation (FAR) Part 15.202- ADVISORY MULTI-STEP PROCESS: Attendance at this IPT is not mandatory for Offerors. Failure to attend this IPT will not preclude Offerors from participating in the resultant acquisitions. Subsequent contracting efforts may be of a best value nature and may include Request for Commercial Offerings (RCO), Performance Specification or R&D Request For Proposal (RFP) (multi-level). This CA A is neither a solicitation nor a request for proposals; no solicitation exists. Nothing in this announcement constitutes an obligation on the part of the US Government. Email communications are preferred. Requests for appointments and comments on the draft ORD Annex / Performance Specification should be addressed to Mr. Paul Johnson, Contract Specialist, Code 1162NP, Bldg. 2521, NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5001; telephone 812-854-3225, FAX 812-854-5095, or email address of johnson_p@crane.navy.mil. Issue Date 14 Oct 2003 - Closing Date 17 Oct 2003 - 4:00 PM EST Additional information may be posted on the NSWC web site at http://www.crane.navy.mil/supply/04R4801 as it becomes available.
 
Web Link
Click here to download synopsis
(http://www.crane.navy.mil/supply/04R4801/04R4801.htm)
 
Record
SN00452211-W 20031016/031014213301 (fbodaily.com)
 
Source
FedBizOpps.gov 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.