Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOURCES SOUGHT

10 -- 84mm Recoilless Weapon System

Notice Date
1/25/2006
 
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-06-X-0860
 
Response Due
2/9/2006
 
Archive Date
3/11/2006
 
Description
The US Army Tank-automotive and Armaments Command ??? Picatinny Center for Contracting and Commerce in support of the US Army Research, Development and Engineering Command ??? Armaments Research, Development and Engineering Center (RDECOM-ARDEC), Shoulder Fired Weapons Group is seeking information on potential candidates for immediate procurement of an 84mm recoilless weapon system and family of ammunition for the U.S. Special Operations Command (USSOCOM) Multi-Role Anti-Armor Anti- Personnel Weapon System (MAAWS). The current plan is for an Indefinite Delivery/Indefinite Quantity type contract with a base requirement of $4M in FY07 consisting of HE, HEDP, and HEAT rounds with options for FY08 through FY11. The current MAAWS program is the Non- Developmental Item (NDI) acquisition of the Saab Bofors Dynamics Carl Gustaf 84mm recoilless rifle system with complete family of munitions. The U.S. Government does not own data rights to the system. USSOCOM has a requirement for a MAAWS system and associated munitions to defeat various targets. Types of munitions that are currently fielded in the system include HEAT, HE, Smoke, Illumination, ADM, and training ammunition. Because the Government does not own data rights to the weapon, no technical data is available through the U.S. Government. Potential offerors may inquire with Saab Bofors Dynamics, Karlskoga, Sweden on the potential availability of such technical data. The system and munitions must be capable of being rigged for airborne and submersible operations in accordance with existing service procedures. The system and munitions must be sufficiently rugged to remain safe, operational and effective following exposure to the rigors normally associated with military operations, including air delivery and salt water submersion. A fully developed system with associated munitions is desired, not to exceed 12 months to delivery of production configuration is acceptable. Contractor/Government/Other Foreign Government Agencies teaming to streamline the effort perform concurrent test and evaluation will be utilized. The system and munitions must meet U.S. safety and performance requirements. In response to this survey, information shall be provided on the following areas and topics. Additional information and topics are also encouraged. All responses to this survey must be in the English language. Item Status: Information shall be provided that shows item production status or how the item will be developed. It shall include information on the design, fabrication and tests completed or to be conducted to validate the design. Cost/Schedule: Actual or expected production unit costs for the system and munitions shall be provided. The time required to deliver the production items shall also be provided. Safety Program: Information shall be provided on existing system safety engineering capability and experience in meeting U.S. Army, Navy and Air Force health and safety requirements. Industrial Preparedness: Information shall be provided on round availability, including a summary of facilities and tooling available to support development and production. Production history for recoilless rifle systems and family of munitions shall be submitted to demonstrate past performance, with emphasis on work performed for the U.S. Government. Acquisition Teaming: Information shall be provided describing experience in teaming with a customer, to include level of involvement with emphasis on participation in U.S. Government defense acquisition teams. The Federal Supply Category for this program is 1015, NAICS code is 336992, and the SIC code is 3711. 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. 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 25 and 26. Responses to this survey shall be submitted within fifteen (15) calendar days from the date of this publication to US Army TACOM- Picatinny, Picatinny Center for Contracting and Commerce, AMSTA-AQ-APH, ATTN: Wendy M. Lopez, Contract Specialist, Phipps Road, Bldg 9, Picatinny Arsenal, NJ 07806-5000. Submissions must be in electronic format and may be mailed so as to arrive by the due date or sent via electronic mail to wlopez@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 Government.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-06-X-0860)
 
Record
SN00972927-W 20060127/060125212336 (fbodaily.com)
 
Source
FedBizOpps 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.