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 -- 5.56mm Carbine Weapon

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-06-R-0195
 
Response Due
2/21/2006
 
Archive Date
4/22/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army TACOM-Rock Island, Rock Island, IL 61299, on behalf of the Program Manager for Soldier Weapons (PM-SW), has a requirement for a non-developmental carbine that is capable of firing U.S. standard M855 and M856 ammunition. The acquisition will be a capabilities based competition to a performance requirement, not a detailed design technical data package. The Carbine shall demonstrate a minimum of 3,800 Mean Rounds Between Essential Function Failure (MRBEFF) for Class III malfunctions (i.e., for non-operator correctable malfunctions which cause the loss of essential functionality) and a minimum of 600 MRBEF F for Class I and II malfunctions combined (Class I malfunctions are operator clearable within 10 seconds, whereas Class II malfunctions require more than 10 seconds but less than 10 minutes to clear but can be corrected by the operator with available equi pment). Mil-Std-1913 rails shall be incorporated on each weapon, and each weapon shall be compatible with currently fielded sighting, aiming and illuminating devices enabling the warfighter to rapidly and effectively engage stationary and moving targets both with reflexive fire at close ranges, and with precision fire out to the maximum effective range of 500m. These devices include but are not limited to: the M68 Close Combat Optic, the AN/PEQ-2A, the AN/PAQ-4B/C, the AN/PAS-13, the AN/PVS-14, and the AN/PVS-4. In addition each Carbine must be compatible with the M203 under-barrel 40mm Grenade Launcher. A properly zeroed Carbine shall enable a warfighter firing from the prone position to engage E-type silhouettes and hit each target 15 out of 30 rounds from 300m. The Carbine shall have a sustained rate of fire greater than or equal to 45 rounds per minute without degrading reliability. The weight of the Carbine shall be no more than 6.5 lbs, unloaded. The Carbine shall have a minimum barrel life of 10,000 rounds. All Proposals will include written submissions and test (bid) samples, both will be due 30 days after Solicitation release. A pre-solicitation or 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 offerors bid samples pass through the initial and subsequent screening criteria, the samples will be evaluated with live fire to demonstrate the weapons 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 Full Rate Production (FRP) options to the winning offeror (up to 200,000 total weapon systems if the total number of options are exercised). Production in the United States/Canada will be required for the majority the FRP quantities. In addition to meeting the requirements above, characteristics that are being considered for evaluation include Reliability/Durability and Cost. Information contained in this pre-solicitation notice is subject to change prior to final Solicitation. A Request for Proposal (RFP), W52H09-06-R-0195, will be posted on the TACOM-Rock Island Acquisition Center website located at: https://aais.ria.army.mi l 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. Point of contact for this requirement is Teresa Stottlemyre, Contract Specialist, AMSTA-LC-CSC, BLDG 110, Rock Island Arsenal, IL 61299, email: teresa.stottlemyre@us.army.mil, telephone number: (309)782-4626.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00979943-W 20060205/060203212330 (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.