Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

10 -- Light Machine Gun (LMG)

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-06-R-0488
 
Response Due
4/20/2006
 
Archive Date
5/20/2006
 
Description
The U.S. Army ARDEC, Picatinny Arsenal, NJ 07806-5000, on behalf of the Program Manager for Soldier Weapons (PM-SW), has a requirement for a non-developmental Light Machine Gun that is capable of firing U.S. standard M855 and M856 ammunition. This will be a capabilities based acquisition rather than built to any specific Technical Data Package (TDP). The following performance characteristics are required: The LMG shall be capable of accurately engaging individual and multiple targets out to 600 meters and suppressing targets out to 1,000 meters. The LMG shall be capable of pulling 2.86 kilograms of belted ammunition, and shall require no headspace or timing adjustments. The LMG shall have a regular barrel and short barrel that exhibit barrel life of 15,000 rounds, permit barrel change by the operator in 20 seconds or less, and minimize smoke, flash, and dust. The LMG shall have a Mean Round between Stoppage of 1,600 rounds for Class I, and a Mean Round between Failure of 16,000 rounds for Class III (Severe Failure). It shall function reliably under all environmental conditions including hot, cold, salt spray, NBC agents, standard decontaminates, and fungi. The LMG shall be capable of emplacement and operation while the operator is wearing the individual protective mask and/or special environmental protective clothing for cold weather or NBC conditions. The LMG shall have a receiver life of 50,000 rounds and be capable of surviving airborne operations without degradation. Operator maintenance shall be performed without the use of tools and operator parts replacement shall not require the use of any special tools. The contractor shall be required to provide all required cleaning /maintenance equipment as part of the system. It is anticipated that establishment of a domestic production capability may be required. All Proposals will include written submissions and test (bid) samples, both will be due 30 days after Solicitation release. The Government anticipates the release of a draft solicitation A pre-proposal conference may be conducted at a later date (to be determined). The offeror shall submit seven (7) complete weapon systems, along with sufficient spare parts, to the Government for bid sample testing no later than the closing date of the solicitation. Should an offeror???s bid samples pass through the initial and subsequent screening criteria, the samples will be evaluated with live fire to demonstrate the weapon???s ability to meet the system requirements. The winning offeror will be awarded a contract for test quantities with options for Low Rate Initial Production and Full Rate Production. Subsequent to the production of LRIP quantities, the Government may award multiple out-year Full Rate Production (FRP) options to the winning offeror (up to 40,000 total weapon systems if the total number of options are exercised). A Request for Proposal (RFP) to be posted on the TACOM-ARDEC Acquisition Center website located at: http://procnet.pica.army.mil is planned for release on or about 20 March 2006. Proposals, along with seven (7) bid samples, are required to be delivered within thirty (30) days from the date the RFP is released. Points of contact for this requirement are: Jennifer Aber, Contract Specialist, AMSTA-AQ-APD, BLDG 10, Picatinny Arsenal, NJ 07806-5000, email:jaber@pica.army.mil, telephone number: 973-724-4113 or Patricia Nickells, Contracting Officer, email: pnickel@pica.army.mil, telephone number 973-724-2388.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-R-0488)
 
Record
SN00979937-W 20060205/060203212325 (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.