Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOURCES SOUGHT

13 -- Precision Guidance Kit

Notice Date
2/11/2008
 
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-08-X-0357
 
Response Due
3/27/2008
 
Archive Date
4/26/2008
 
Point of Contact
Wilson Au, Contract Specialist, (973)724-5388
 
E-Mail Address
Email your questions to Wilson Au
(wilson.au@us.army.mil)
 
Description
Request for Information (RFI) For Precision Guidance Kit (PGK) Increment 2 The US Army Joint Munitions & Lethality Life Cycle Management Command (JM&L LCMC) Acquisition Center, Picatinny Arsenal, NJ 07806-5000 on behalf of the Office of the Project Manager Combat Ammunition Systems is seeking information from Industry on their ability to develop and qualify a Precision Guidance Kit Increment 2 (PGK-2) solution for 105mm HE projectiles with threshold requirements that will include a deliver accuracy of 30 meter CEP, GPS P(Y) SAASM, a 105mm deep intrusion fuze well depth, and Enhanced Projectile Inductive Artillery Fuze Setter (EPIAFS) compatibility. The objective requirements for PGK-2 are to provide a single technical solution for all US 105mm and 155mm projectiles (HE and cargo) with an Anti Jam capability, short intrusion fuze well, and compatibility with the Non-Line of Sight - Cannon (NLOS-C) automatic handling systems. The Government contemplates award of contract(s) in mid FY 09. The proposed acquisition strategy for PGK-2 will be broken out to represent the following: The PGK-2 program consists of three phases. Phase 1 is expected to be approximately twelve (12) months and consists of Design Maturation and a Maturation Demonstration of size compliant prototype system capabilities in a Government defined competitive down select shoot-off. Phase 2 is expected to be approximately eighteen (18) months and consists of Final Design, Qualification, and Test of a PGK-2 production representative system to support Milestone C. Following a Milestone C decision, there is a planned Initial Production and Deployment (IP&D) Phase (3) that contains three production options (1 year per option). Respondents should include information on their ability to meet the threshold requirements listed above within the timelines provided and estimated development and unit costs for quantities ranging between 7,500-15,000 PGK- 2s/year for Phase 3. Respondents should include information regarding their ability to meet the objective of a single solution short intrusion fuze well for all 105mm and 155mm projectiles and/or for meeting a single solution for 105mm and 155mm deep well HE projectiles. Respondents should include information regarding the GPS jammed environment that their system can operate in while meeting the accuracy requirements. Additionally, include information on the Anti-Jam solution???s impact on development and unit cost. Respondents should include information regarding weapon platform interface including auto- handling capability. Respondents should include information on maneuver authority, STANAG 2916 Fuze Intrusion with and without the need for removal of projectile supplemental charges (Deep and Short Intrusion), STANAG 2916 Fuze contour variations, and EPIAFS compatibility. Respondents should address the feasibility of the timeline and any other areas of concern. Interested respondents may obtain known characterization data on the 105mm and 155mm projectiles and weapon systems interfaces, and the draft performance specification for PGK-2 upon request provided a Non-Disclosure Agreement (available upon request) is signed and on file and a DD2345 is submitted to POC listed below. Responses should be unclassified. This RFI 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 RFI. All information is to be submitted at 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 RFI. The Government is not obligated to notify respondents of the results of this RFI. Interested sources should submit their qualification data and requested information not later than 27 March 2008 to JM&L LCMC Acquisition Center, ATTN: Procurement POC Wilson Au (973-724-5388), Building 9, Picatinny Arsenal, New Jersey 07806-5000 or email wilson.au@us.army.mil.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-08-X-0357)
 
Record
SN01505715-W 20080213/080211225735 (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.