Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2006 FBO #1859
SOURCES SOUGHT

10 -- Excalibur Block Ib SD

Notice Date
12/27/2006
 
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-07-X-0307
 
Response Due
1/31/2007
 
Archive Date
3/2/2007
 
Description
The Market Survey W15QKN-06-X-0854 posted on 12/08/2005 is replaced with W15QKN-07-X-0307. Future information will be released under W15QKN-07-X-0307. The Market Survey is amended to change the number and update the following: MARKET SURVEY- EXCALIBUR BLOCK 1b SD&D ARDEC, Picatinny Arsenal, NJ is seeking qualified sources for a 48 or less month SD&D effort beginning in 2007 for the Block 1b objective unitary warhead variant of the XM982 ???Excalibur???, a precision guided, extended range 155mm artillery projectile. The Excalibur is a Precision-Guided, 155mm projectile capable of delivering precise, lethal, cost effective fires at ranges of up to 35 km and greater. The Block I Excalibur is an international cooperative development program with the Kingdom of Sweden. The 155mm Excalibur projectile will enable the maneuver commander to precisely defeat critical targets while minimizing collateral damage and unexploded ordnance. Excalibur performance will be largely dependant upon accurate target locating systems and sensors. This program supports the requirements of the US Army. It is being pursued through an incremental development approach with time-phased improvements of performance capabilities. The first unitary warhead, Block Ia-1, began production in FY05 and is currently in production. The Block 1b objective unitary warhead variant will be a lower cost alternative to the Block Ia projectile with equivalent or improved accuracy, range, lethality, and increased reliability requirements. The draft performance specification is being developed (PRF 12999871) which is posted as attachment 1 for your review and comment in response to this market survey. All responses to this market survey are required to be English. The program intends to host an industry day in February 2007, formal notification will be posted through PROCNET. To be considered, all interested sources must provide requested information and data in response to the following: a. Provide a detailed description of your system to include physical characteristic length (must be under 1 meter), weight (must not exceed 106 pounds) and guidance concept. b. Provide evidence of US Government-approved (POP certified) protective container for shipment of the round. c. Provide evidence of meeting the following Performance Parameters ??? this information is also addressed in the DRAFT Performance specification as well: 1. Accuracy: Less than or equal to 10m Circular Error Probability 2. Range: Maximum 35 km threshold, 40 km ??? objective, Minimum range of 8 km ??? threshold, 3km ??? objective 3. Reliability: Greater than or equal to 90% - threshold, greater than or equal to 96% objective. 4. Effectiveness: Greater than or equal to the effectiveness of the M107 155mm artillery projectile. 5. Effects after penetration: 4 inch concrete penetration ??? threshold, 8 inch ??? objective 6. Accuracy with GPS jamming 30m CEP - threshold and 20m CEP ??? objective 7. Interoperability with the Enhanced Portable Inductive Artillery Fuze Setter (EPIAFS) ??? the EPIAFS Interface Control Document is attachment 2. 8. It is a strong desire of the Army to make use of capacitor base data hold power supply concepts to maximize the number of pre-fire sets. 9. The Block I Excalibur is an international cooperative development program with the Kingdom of Sweden. The program desires to maximize international interoperability such as with the Swedish 52-caliber Archer 155mm Howitzer system. Current unique Swedish Requirements identified in the DRAFT Performance specification address in-flight retargeting, incorporation of semi- active laser terminal guidance, and a maximum range requirement of 50 km threshold, 60 km - objective (52 cal guns),. Section 1.1 identifies that Sections 3.1.4 and 3.1.5 represent uniquely Swedish requirements. The program requires responses related to these requirements to be identified as a segregated, yet exercisable option. d. Identify the need for any waivers or deviations from the performance specification for final tactical configuration production representative deliveries anticipated in FY10 / FY11. e. Does a complete technical data package exist for your round? f. Provide rough order magnitude estimated price per projectile in U.S.dollars for annual production quantities based on assumptions for $60M of annual production funding amount for a 10 year period. Provide a likely production delivery schedule, to include a production qualification build and test period. The objective average unit production cost is less than $25,000/projectile. g. Provide a breakout of major subsystems and other costs that total to the average unit production costs h. Address the following seven topics regarding any possible on-going development being conducted under your control: 1. Describe the current state of development or production of your concept. 2. What capabilities can be demonstrated through gun fire testing at the end of Demonstration Phase (approximately 15 Months duration). What level of maturity could the contractor demonstrate ??? and under what conditions (i.e. QTY of rounds, pre-fire conditioning, zone of firing???) 3. What is your intended maximum rate / capacity of production using current or future facilities? 4. Provide evidence of capability of current production line for this or a similar munitions. If current production lines are not capable of production/delivery of estimated quantities for the answer to above item g., provide list of facilitization required with estimated price. 5. Provide evidence of ability to meet the specifications and quantity. 6. Provide evidence of in-process development and testing to ensure item quality in a gun-hardened environment. 7. Provide evidence of Production Readiness Reviews (using the Willoughby template, reference DoD 4245.7-M) conducted at your facility for similar munitions. SDD is expected to be 48 months or less. The Government intends to make multiple awards of the Block 1b SDD effort via Full and Open Competition. The SDD effort will include a base award with two options. The two phases will be the base System Design/Maturity Demonstration Phase (15-18 months) and the Design Refinement/Qualification Phase. The Design Refinement/Qualification Phase will be structured as two contract options with periods of 12-15 months each. More than likely there will be a down select to one contractor at the end of phase I. The Government requests feedback on this phased approach. Each development phase will conclude with an evaluation of performance to determine whether or not an awardee can continue to the next phase. Options for LRIP will also be included in the formal RFP. The Government intends to award a Firm Fixed Priced contract for all phases; however the Government will entertain contractor input on contract type by phase. Initial awards will be for the Demonstration Phase only. Participation in the follow on phases will be contract options to be exercised based on successful performance in the end of phase tests. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at a no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their qualification data and requested information not later than 1300 hrs EST on 31 January 2007 to JM&L LCMC Acquisition Center, Picatinny Arsenal, NJ 07806-5000, ATTN: Wendy Lopez, email: wlopez@pica.army.mil, telephone: 973-724-3066.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-07-X-0307)
 
Record
SN01202980-W 20061229/061227220433 (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.