Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOURCES SOUGHT

10 -- Sources Sought - Rocket Launchers

Notice Date
8/24/2004
 
Notice Type
Sources Sought
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N00019-04-P7-ZD167
 
Response Due
9/15/2004
 
Archive Date
9/15/2004
 
Point of Contact
Michelle Plank, Contract Specialist, Phone 301-757-5930, Fax 301-757-5946, - Rene Thompson, Contracting Officer, Phone (301) 757-5911, Fax 301-757-5946,
 
E-Mail Address
michelle.plank@navy.mil, thompsonry@navair.navy.mil
 
Description
The Naval Air Systems Command, Patuxent River, is seeking qualified sources that can provide improved, digitally operated 2.75-Inch Rocket launchers for use by U.S. Navy, Marine Corps and Army attack and special operations aircraft. The launchers will support all interface requirements of the current 2.75-inch guided and unguided family of rockets, and will replace the Navy?s LAU 61/68 rocket launchers and the Army?s M260 and M261 rocket launchers. Interface requirements for the launchers include compliance with the MIL-STD-1760D Aircraft/Store Electrical Interconnection System (as a carriage store without a Carriage Store Station Interface), the two 23 and 26 pin connectors of the Rocket Management System (RMS), and a backward-compatible 5-pin analog interface through which 28 VDC firing pulses are sent to the launcher to fire rockets in a sequential order. These launchers must be compatible with current 14-inch weapon suspension and release systems, have compatibility with current and future 2.75-inch rocket types (guided and unguided), and must provide the ability to set current Remote Settable Fuzed Rockets. The launcher will include a safety switch that disables all firing circuit functions. The launchers must be capable of upgrades to complement future guided rocket product improvements that may use MILSTD1553 or other digital communications from the launcher to the warhead/guidance systems. The launchers must comply with the functional, physical, electrical, and messaging interfaces defined in the interface control document (ICD) that is available upon request. The launchers must provide the launch platform with launcher built-in-test capability/status, individual tube functional status/rocket inventory, and the ability to fire rockets in individually selected tubes. The launcher will support uploading of software revisions to the launcher electronic assembly (LEA) through its MILSTD1760 connector. The launchers must be capable of detecting whether rockets are being ripple or single fired as well as keeping track of the total number of rockets fired over the life of the launcher. The launcher must be loadable with rocket inventory data using currently available support equipment, as well as directly from the cockpit. The rocket inventory must be capable of being uploaded to platforms from the launcher. Electronic systems interfaces must be compatible with CMBRE test equipment. The U.S. Navy/Marine Corps has available an LEA for integration into the launcher that meets the ICD requirements. The size, weight, and physical configuration of this LEA are available upon request. The launchers must be capable of 430 hours of aircraft carriage, with any number of tubes loaded. Each launcher must survive a minimum of 25 firings per tube (50 firings per tube desired) and survive 10 ripple firings. The launchers must be capable of surviving off-aircraft handling and storage with any number of tubes loaded. The launchers will provide increased mean-time-between-failure over existing 2.75 rocket launchers. It is desired that the launchers be repairable at the Army Aviation Intermediate Maintenance (AVIM) level. The launchers must improve the Insensitive Munitions performance of the rocket/launcher system, to include improved bullet and fragment impact and fast and slow cook-off protection. It is necessary to be able to harmonize the launcher?s aimpoint with the launch platform boresight. The launchers must be tube loadable when mounted on aircraft. The launchers must provide a significant weight reduction below currently deployed U.S. Navy/Marine Corps launchers on a per tube basis. Current U.S. Navy/Marine Corp launchers contain 7 or 19 launch tubes and weigh 84 lbs and 155 lbs respectively. Launcher weights less than the U.S. Army 2.75-inch 7 and 19 tube Rocket Launchers, which weigh 35 lbs and 85 lbs respectively, are desirable. The launchers are not restricted to 7 and 19 tubes, but should provide a similar large/small load capability. The launchers must be capable of operation on AH-1W/Z, UH-1N/Y, and H-60 Series Navy/Marine Corps rotary wing aircraft, and the AH-64A, AH-64D, OH-58D, MH-60 Direct Action Penetrator (DAP) and AH-6 Mission Enhanced Little Bird (MELB). It is desired that the launcher be capable of operation on F/A-18C/D/E/F, AV-8B, and JSF fixed wing aircraft. Operation on unmanned air vehicles such as the Fire Scout and the Predator is also desired. A growth capability will be provided for carriage of a variant of the launcher on M299 HELLFIRE missile launch rails, and will provide for interface through the HELLFIRE Missile shotgun connector using a signal set similar to that specified in MIL-STD 1760A. All parties that currently have or will have the capability to provide the above-described launcher should submit the following information: technical material pertaining to your company's current or future capability to supply the specified launcher, past sales and performance information for both Government and Commercial sales; and any other additional information that could be useful in determining your company's ability to meet the requirements. Information should be submitted no later than 15 September 2004 to the following address: NAVAIRSYSCOMHQ, Contracts AIR-2.4.4.4.2, Attn: Michelle Plank, 47123 Buse Road, Building 2272, Suite 256, Patuxent River, MD 20670 or via email to michelle.plank@navy.mil. Any party desiring to provide a briefing on their information submission should contact Michelle Plank at the above address. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
 
Record
SN00650763-W 20040826/040825042739 (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.