Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOURCES SOUGHT

A -- Precision Guidance Kit

Notice Date
8/8/2005
 
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-05-X-0840
 
Response Due
8/18/2005
 
Archive Date
9/17/2005
 
Description
Precision Guidance Kit (PGK) The Office of the Program Manager for Combat Ammunition Systems (CAS) desires information on Precision Guidance Kit (PGK) concepts for all calibers of cannon artillery projectiles. PGK refers to a kit that will improve the Army???s artillery projectiles delivery accuracy. The PGK solution will improve the accuracy and thus effectiveness of conventional artillery munitions. The Army is interested in fielding a PGK capability as soon as possible. The purpose of this announcement is to obtain industry comments on the Army acquisition strategy as set forth below. The Army intends to solicit, negotiate and award zero to two Technology Development (TD) awards on or about the January 2006 timeframe. This award would be followed by an option for a Systems Development and Demonstration (SD&D) phase and ceiling priced options for three (3) years of Production. A Technology Readiness Level (TRL) 6 demonstration will occur six months after award. TRL 6 is the System/subsystem or prototype demonstration in a relevant environment. The Army reserves the right to extend the TD phase of the contract 6-12 months should TRL 6 not be demonstrated. The Army expects to down select to one contractor based on demonstrated results. The selected contractor will enter a 18-30 month PGK SD&D Phase and subsequently three (3) years of production starting in FY08 (approximately 500-1000 kits in FY08, 7500 Kits in FY09 and 7500 Kits in FY10). This announcement is to obtain industry???s feedback on the willingness to participate in a cost sharing effort to the Army???s proposed acquisition strategy. It is the Government???s intent to award Section 845 Other Transaction (OT) agreements with the contractors providing at least one third (1/3) of the total cost for the Increment 1 TD and SD&D phases of the program and transition to a FAR based contract for the Production phase. Initial awards will be only for the TD phase. The portions of the SOW dealing with the SD&D phase of the overall program will only be performed by the selected contractor at the end of the TD phase. The Army contemplates non-competitively awarding Increment 1 production options to the SD&D contractor based on demonstrated successful performance and affordable cost. It is anticipated that Increment 2 SD&D will start on/about 1 Oct 07 for 24 months followed by three years of production Increment 3 SD&D is anticipated to start on/about 1 Oct 09 for 24 months followed by three years of production. The Army has limited funding and anticipates multiple awards for a performance period of seven (7) months. There are two possible Government funding scenarios for the TD phase. Scenario 1 would provide $2.5 Million in FY06 to each of no more than two contractor???s. USG SD&D FY07 ??? FY09 funding would be $7 Million for FY07, $8 Million for FY08 and $2.5 Million for FY09. Scenario 2 would see the Government share rise to $5 Million each for FY06. USG SD&D FY07 ??? FY09 funding would be $7 Million for FY07, $8 Million for FY08 and $2.5 Million for FY09. The respondents should provide a plan on how cost sharing funds would be distributed (i.e. upfront, evenly distributed). Respondents should provide a program plan that can demonstrate TRL 6 achievement of the increment 1 requirements and show an evolutionary approach to increments 2 and 3 as defined below. Increment 1 performance specification summary: Accuracy with ?? hour Meteorological (MET) data ??? 50m Circular Error Probability (CEP); Platform/Maximum Propellant Charge ??? M777, Paladin, M198/M203A1, 5 Modular Artillery Charge System (MACS); Compatibility ??? MIL-STD-333 Deep Intrusion (with the exception of the protrusion of strakes, canards, deviation of O-give diameter and external length); Munition Type ??? 155mm High Explosive (HE); Fuzing Function ??? Point Detonating, Proximity; Setter ??? Enhanced Portable Inductive Artillery Fuze Setter (EPIAFS); Allowable Projectile Range Degradation with PGK (Maximum range/Minimum range) ??? 0 to 10% / 0 to 5%; GPS Signal ??? C/A code (waiver will be required to field GPS C/A code); GPS Black Keys ??? None; Anti Jam ??? None; Operational Temperature (F) ??? 0 degrees ??? 145 degrees; Shelf Life ??? 7 years. Changes for Increment 2 are Accuracy with ?? hour MET ??? 30m CEP; Compatibility ??? MIL-STD-333 (with the exception of the protrusion of strakes, canards, deviation of O-give diameter and external length); Munition Type ??? 155mm Bulk and Cargo; Fuzing Function ??? Delay, GPS Function; GPS Signal ??? P(Y); GPS Black Keys ??? SAASM; Anti Jam ??? 20dB BB, 40dB Tone; Operational Temperature (F) ??? (-45) degrees ??? 145 degrees; Shelf Life ??? 20 years. Changes for Increment 3 are Accuracy with ?? hour MET ??? 30m threshold and 10m objective CEP; Platform/Max Prop Charge ??? NLOS-C, M119/M200; Munition Type ??? 105mm HE and Cargo. The proposed solution should be initiated or settable with the EPIAFS prior to projectile firing and be compatible with 105mm and 155mm US Army howitzers. Respondents should include information in the areas such as; operational procedures; estimate delivery accuracy as a function of range; and discuss technical challenges including proposed packaging with space claims for all required fuze components. The PGK solution will not significantly impact standard operational procedures, materially impact maximum range nor degrade projectile lethality. Respondents should provide a Unit Cost Model based upon production quantities of 10,000, 50,000, and 100,000. The Government will not facilitize prospective offerors. Any information should be based on self facilitization. All responses shall be sent electronically to pleasant@pica.army.mil. This notice is for informational purposes only. Responses are due within 10 days from the date of this notice.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-05-X-0840)
 
Record
SN00864677-W 20050810/050808212226 (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.