Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
MODIFICATION

A -- Contract Support Services

Notice Date
7/20/2006
 
Notice Type
Modification
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406R9059
 
Response Due
7/28/2006
 
Archive Date
8/20/2006
 
Point of Contact
Ira D. Patterson Contracting Officer email: ira.patterson@usmc.mil Tel: (703) 432-0982 Major John R. Tomczyk Project Officer email: john.tomczykAusmc.mil Tel: (703) 784-5178
 
Description
The Marine Corps Systems Command on behalf of the Marine Corps Warfighting Laboratory intends to award a sole source contract to General Dynamics - Ordinance and Tactical Systems for engineering and technical support for the continued engineering testing support by US Army Armament Research, Design, and Engineering Command (ARDEC), of the XM-326 Dragon Fire II (DF II). The tasks includes engineering/technical support in completing the XM-326 firing tests, follow-on teardown examination and inspection to verify system performance and safety characteristics, providing spare parts, and to develop and deliver a report that documents all the findings, as a result of the firing tests, teardown examination, and inspection, in order to prepare the system for use in a tactical environment. General Dynamics - Ordinance and Tactical Systems, Healdsburg, CA was awarded contract W15QKN-04-M-0026 on 21 November 2003 for the design, fabrication, test, and integration support of the gun elevation, traverse, semi-automatic loading device (SALD) and firing mechanism drives for the Dragonfire II Mortar Weapon System. 1.0 SCOPE. This Statement of Work (SOW) delineates the tasks to be performed to support the continued engineering testing support by US Army Armament Research, Design, and Engineering Command (ARDEC), of the XM-326 Dragon Fire II (DF II). The tasks includes engineering/technical support in completing the XM-326 firing tests, follow-on teardown examination and inspection to verify system performance and safety characteristics, and to develop and deliver a report that documents all the findings, as a result of the firing tests, teardown examination, and inspection, in order to prepare the system for use in a tactical environment. The XM-326 is being tested as a dedicated counterfire response system for the United States Army Counter-Rockets, Artillery, and Mortars (C-RAM) system. The support shall consist of the necessary engineering/technical personnel and materiel for the XM-326 firing tests at Yuma Proving Ground, AZ and the teardown and inspection of the XM-326 at Rock Island Arsenal, IL in support of the Office of Naval Research (ONR) and the Marine Corps Warfighting Laboratory (MCWL). 2.0 BACKGROUND. The 120 millimeter XM-326 DF II is being developed as a concept demonstrator system to explore the benefits of advanced technology for indirect fire systems. Based on the seven years? of experimentation with Dragon Fire I, certain new technologies were shown to improve precision and responsiveness of artillery systems; however, a new system had to be designed to encompass the operational ?lessons learned? from the first design. As an example of this, the weight of the Mobile Fire Support System (MFSS) was 6,900 pounds and has proven to be too heavy to safely tow behind the High Mobility Multi-purpose Wheeled Vehicle (HMMWV). After a lengthy and exhaustive redesign of the weapon system, the new XM-326 weighs about half of the weight of the first Dragon Fire (3,750 pounds), uses General Dynamics-Ordnance & Tactical Systems (GD-OTS) electric actuators of an advanced design and a fire control system based on the US Army M-95 Mortar Fire Control System (MFCS). The new weapon is completed and based on its design capabilities for very fast response and high precision, is being tested as a potential dedicated counterfire system for the C-RAM system and to serve as an advanced technology counterfire system in combat. 3.0 TASK DESCRIPTION. The contractor shall perform the following tasks: Contractor shall provide the necessary engineers and technicians to support in the preparation and maintenance of the XM-326 during the safety and engineering tests to be conducted at Yuma Proving Ground AZ. 3.1 Provide engineering support for the electric actuator system of the XM-326 during engineering and safety testing. 3.1.1 The contractor shall test and prepare the XM-326 electric actuator systems at the contractor?s facilities prior to the firing tests at Yuma Proving Ground. 3.1.2 The contractor shall provide the necessary engineers/technicians to support the XM-326 engineering preparations for and field assistance to, the firing tests at Yuma Proving Ground, AZ during. 3.2 Provide engineering support for the electric actuator system of the XM-326 during the teardown and inspection of the XM-326 at Rock Island Arsenal IL. 3.2.1 The contractor shall provide the necessary personnel to support the US Army Armament Research Design and Engineering Command team at Rock Island Arsenal during disassembling and inspection of the XM-326 after the safety and engineering tests. The contractor engineers shall inspect the actuator system and associated electronics and gather data for the final report on the condition of those systems? conditions and recommend any updates, repairs, and/or modifications determined to be necessary based on that inspection. 3.2.2 The contractor shall develop and submit, as a part of this contract, a written report of the findings based on the disassembling and inspection of the actuator system to include any recommended modifications and/or repairs to MCWL at the conclusion of the teardown and inspection at Rock Island Arsenal. This report will be reviewed by the Government and returned with comments within 15 calendar days from the date of the report?s receipt by the Program Office at MCWL. The Contractor shall make revision to the report based on the Government?s comments and submit a draft of the final report within 15 calendar days after receipt at the contractor?s facility. The draft Final Report shall be reviewed by the Government prior to the final delivery. 3.3 Provide four (4) Actuator Controller Amplifier Boards as spares for the testing and other spare parts as required to maintain the actuator system. 3.3.1 The contractor shall provide four (4) fully connectorized Actuator Controller Amplifier Boards to allow rapid installation in case the system fails during testing and as spare parts for further firings. 3.3.2 Spares. The Contractor shall provide a list of all spares required to maintain the actuator system that are critical to the operation of the system. The list shall include, but shall not be limited to: description, manufacturer, manufacturer part number, price per unit, quantity per system, National Stock Number (NSN), if applicable. Contractor shall include, as part of its cost proposal the cost associated with the procurement of these spares in Section ?B? Supplies/Services of the solicitation. 3.3.3 Warranty. The contractor shall provide an original manufactures warranty (OEM) parts and labor warranty covering workmanship, materials, design, and performance characteristics of the Actuator Controller Amplifier Boards and the proposed list of spares. 4.0 Post Award Conference. The Contracting Officer will establish the date of a Post-Award Orientation Conference to be held with the Contractor within thirty (30) days of contract award. The Administrative Contracting Officer (or designee) will prepare the agenda, notify the appropriate Government and Contractor representative, act as or designate a Chairperson, and prepare and distribute a report of the conference. The report will include all Post Award Conference (Cont?d) information and guidance provided to the Contractor. Any change(s) to the contract will be made only by a contract modification referencing the applicable terms of the contract. This provision shall in no event constitute grounds for excusable delay by the Contractor in performance of any provision of the contract. 5.0 DELIVERABLES 5.1 The contractor shall test and prepare the XM-326 electric actuator systems at the contractor?s facilities prior to the firing tests at Yuma Proving Ground. 5.2 The contractor shall provide three engineers/technicians to support the XM-326 engineering preparations for and field assistance to, the firing tests at Yuma Proving Ground, AZ. 5.3 The contractor shall provide support for the US Army Armament Research Design and Engineering Command (ARDEC) team at Rock Island Arsenal while the XM-326 is disassembled and inspected after the Yuma safety and engineering tests. The contractor shall inspect the actuator system and its associated electronics and gather data for the final report of the condition of the systems? to include recommendations for any updates, repairs, and/or modifications determined to be necessary based on the inspection. 5.4 The contractor shall provide engineering test reports in written and electronic formats at the conclusion of the teardown and inspection of the XM326 at Rock Island Arsenal. This report shall detail to MCWL the findings of the actuator system inspections and any modifications/repairs performed or recommended. The time period to be covered by the report shall run from the time the XM326 arrives at the contractor?s facilities, through testing at Yuma Proving Ground, and the subsequent tear down, inspection, and rebuild at Rock Island Arsenal. This report shall be delivered no later than thirty (30) calendar days after Rock Island Arsenal effort is completed and will be reviewed by the Government and returned with comments within fifteen (15) calendar days from the date the report is received by the Project Officer at MCWL. The Government will complete its review and provide comments to the contractor within 15 days calendar of receipt. The contractor shall incorporate the Government?s recommended changes and submit its draft Final Report not later than 15 calendar days from date of receipt. The draft final report shall be reviewed by the Government prior to submittal as the final delivery. 5.5 The contractor shall provide four (4) fully connectorized Actuator Controller Amplifier Boards as spares to allow rapid installation in case the system fails during testing and as spare parts for further firings. 5.6 The contractor shall provide spare parts/repair of actuator components if they fail during the firing tests at Yuma Proving Ground, AZ. 6.0 REQUIRED DELIVERY DATE / PERIOD OF PERFORMANCE. The preparation and test support for the XM-326 shall be accomplished over the period beginning on or about 15 August 2006 and ending on or about 30 Sep 2006. 7.0 FREE ON BOARD (FOB) DESTINATION 7.1 At the completion of this contract, the XM-326 with equipment and parts shall be delivered to the following address: Commanding General Marine Corps Warfighting Laboratory (Attn: Maj John Tomczyk (703) 784-5178) 3255 Meyer Avenue Quantico VA 22134 Interested offerors may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all proposals received within five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed procurement based upon responses received as a result of this notice is soley within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquires regasrding this announcement should be directed to Ira D. Patterson via email at ira.patterson@usmc.mil. Responses are due no later than 4:00 pm 28 July 2006. Note 22 applies.
 
Record
SN01094338-W 20060722/060720221729 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.