Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2004 FBO #1041
SOURCES SOUGHT

R -- 155mm XM1063 Non-lethal Artillery Engineering Support Contract

Notice Date
9/30/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-04-X-0819
 
Response Due
10/15/2004
 
Description
The US Army TACOM - Picatinny Center for Contracting and Commerce in support of the US Army Research Development Engineering Command ? Armament Research Development and Engineering Center (RDECOM-ARDEC) is seeking sources for program and technical support services. The period of performance is anticipated as 1 year with 1 option year (Fiscal Year 2005 and 2006). The program requires contractor support in the following areas. Fiscal Year 2005 support - Conduct target human effects risk characterization, complete prototype design & fabrication, conduct component and sub system tests, develop liquid payload dissemination system, conduct a non-lethal simulant payload delivery feasibility flight test demonstration using the 155mm M864 common projectile cargo round at a range of at least 15km (TRL= 5), conduct a projectile separation analysis, conduct preliminary Modeling and Simulation with AMSAA and USAFAS. Initiate vehicle area denial payload effects analysis. Conduct target effects verification for selected payload material in lab environment with initial dissemination technique assessment (TRL= 4). Fiscal Year 2006 support - Compile data for legal and compliance review, conduct a NL personnel suppression payload delivery full up demonstration using the final projectile design with impact energy mitigated submunitions at 20 km (TRL= 6). Complete NL personnel suppression M&S with AMSAA and USAFAS. Complete vehicle area denial nano particle payload analysis, conduct component and dissemination tests. Conduct preliminary target effects determination. Provide data for Joint Conflict and Tactical Simulation (JCATS) or OneSAF Test Bed effectiveness, establish the technical and performance requirements for flight demonstration and full system test, design components and initiate prototype fabrication. Conduct static delivery tests (TRL= 5). In order to meet these needs, the US Army intends to solicit, negotiate and award on a sole-source basis to General Dynamics Ordnance and Tactical Systems GD-OTS), Redmond, Washington under the authority of 10 USC 2304(c)(1) as implemented by FAR 6.302-1(a)(2) ? Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Acquisition Streamlining Procedures are anticipated to be followed through the use of Alpha Contracting. However, all interested contractors are encouraged to submit a response to this notice. The respondent should demonstrate the ability to meet the Government?s required support needs stated above and must include proof of the ability to provide the following type services ? PROGRAM MANAGEMENT ? Includes support for both internal and customer cost and schedule reporting requirements. Monthly internal program reviews and customer status reports will be required. IPT MEETINGS AND TELECONFERENCES - Includes support of 4 IPT working group meetings and bi-weekly IPT teleconferences throughout the period of performance. The IPT meetings are conducted at the ARDEC, Picatinny, NJ. Teleconferences average one hour duration. STRUCTURAL ANALYSIS AND TESTING ? Includes engineering analysis of the NL payload configurations to verify the integrity of the design with respect to both launch and expel load conditions of both the FCS and legacy 155mm weapon systems. SUBMUNITION DISPENSE ANALYSIS AND TESTING ? Includes wind tunnel testing for verification of terminal velocity and impact kinetic energy of submunition design. Contractor provides engineering support and test hardware for Government conducted tests. FLIGHT STABLIITY ANALYSIS ? Includes engineering analysis of the design to verify the integrity during flight conditions. Efforts to include support for fluid flight instability analysis. FLIGHT TESTING ? Includes three sub-tasks; expulsion testing, demonstration firing and extended range demonstration firing. Contractor provides engineering support, post test evaluation and test hardware for Government conducted tests. Assume six rounds per sub-task. Contractor hardware will consist of the payload section. XM1063 DESIGN REFINEMENT ? Includes four sub-tasks; payload design refinement, XM1063 kinetic energy mitigation efforts, XM1063 storage and handling evaluation and payload effectiveness assessment. The payload design refinement task includes engineering analysis support and evaluation of packaging and handling requirements, and the delivery accuracy of the payload. The KE mitigation efforts includes trade studies and engineering analysis of methods for mitigating the KE of the entire projectile. Storage and handling evaluation includes temperature cycling, long term stability, transportation vibration and six-foot drop testing of the projectile. Contractor to provide the necessary test facilities, engineering support and payload test hardware to support the tests. Payload agent effectiveness includes engineering support and test hardware support for payload agent concentration, area coverage, and payload agent effectiveness testing at the Army Edgewood Chemical Biological Center. The complete requirements will be included in the Statement of Work (SOW) issued with the RFP. The NAICS code is 541330, and the SIC code is 8711. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. All contractors must be registered in the Central Contractor Registration at http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All responses must be received no later than 15 days from the date of publication of this notice. All responses shall be submitted electronically to Mr. Mark Bobitka, Contract Specialist at mbobitka@pica.army.mil. This is a sources sought notice for planning purposes only. This is not a solicitation and is not to be construed as a commitment by the Government. See Numbered Notes 22, 25, and 26.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-04-X-0819)
 
Record
SN00687159-W 20041002/041001111522 (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.