Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOURCES SOUGHT

A -- Area Denial Mission Capabilities Without Anti-Personnel Mines

Notice Date
4/23/2010
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-10-X-0147
 
Response Due
5/13/2010
 
Archive Date
6/12/2010
 
Point of Contact
Mark Zator, Contract Specialist, (973)724-8121
 
E-Mail Address
Mark Zator
(mark.zator@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Joint Munitions & Lethality Contracting Center Picatinny Arsenal, New Jersey, 07806- 5000, on behalf of PM Close Combat Systems Networked Munitions, requests that interested sources provide information on potential material solutions that fill area denial mission capabilities without the use of anti-personnel mines. Anti-personnel mine, as used in this market survey, means a mine designed to be exploded by the presence, proximity or contact of a person and that will incapacitate, injure, or kill one or more persons. Mines designated to be equipped with anti-handling devices are not considered anti-personnel mines as a result of being so equipped. Anti-handling device, as used in this market survey, means a device intended to protect a mine and which is part of, linked to, attached to, or placed under the mine and which activates when an attempt is made to tamper with or otherwise intentionally disturb the mine. Potential solutions can incorporate Anti-handling devices necessary to protect anti-tank/vehicle mines. This Market Survey is NOT seeking information on capabilities that replace the persistent mines (M14, M16, M15, M19 and M21 antipersonnel and anti-tank mines) as programs (Spider Anti-Personnel Alternative and the Scorpion Anti-Vehicle Alternative networked munitions systems) are already in place to address replacement of the persistent mines. This purpose of this Market Survey is to gather information on potential material solutions that have the performance capability to fully replace the current Family of Scatterable Mines (FASCAM) capabilities (the M86 Pursuit Defense Munitions (PDM), the M131 MOPMS, M87/M87A1 Volcano (Ground and Air), M692 and M731 ADAM 155MM, M718/A1, M741/A1 RAAM 155MM, and the CBU-89A/B and CBU-78A/B Gator bombs) without being designated an Anti-personnel mine, as defined above. Interested parties shall provide information about their capabilities to meet the Technical and Functional requirements delineated below. Respondents should possess, have the capacity to possess, or in the near future anticipate possessing, the capability to meet all of the Technical requirements and some or all of the Functional requirements. This information shall be submitted in the form of a white paper. A. Technical Requirements: 1. Potential Solutions shall be able to achieve the same (or better) level performance as the FASCAM systems for Effectiveness, Probability of Encounter, Survivability, Reliability, Availability, and Maintainability. 2. Potential Solutions shall not significantly increase the overall logistics burden of the Department of Defense. 3. Potential Solutions that incorporate any level of Communications and Control systems shall be capable of Seamless Interoperability with the Joint Tactical Radio System (JTRSs) and related communications equipment. 4. Potential Solutions that include energetic explosives shall be capable of being compliant with Insensitive Munitions requirements. 5. Potential Solutions that include energetic explosives shall meet a one in a ten thousand (or better) self destruct hazardous dud rate. 6. Potential Solutions shall be capable of being protected from Electromagnetic Interference. 7. Potential Solutions shall be capable of meeting the same (or better) level of Storage and Operational Environmental requirements as the current FASCAM systems. B. Functional Requirements: 1.Ranges Potential solutions must address one or more of the required emplacement ranges: A.Hand emplaced anti-personnel device that can be emplaced on the move (similar to an M67 grenade emplacement). Must be small and light weight enough to fit in war fighters pocket. Must provide the war fighter with ability to detect oncoming enemy forces while also providing the ability for command detonation and/or destruction. Must be capable of addressing the missions currently addressed by the M86 PDM. B.Anti-vehicle solution for 0-15KM range. Must be capable of addressing the missions currently addressed by the Ground Volcano and the 155MM ADAM/RAAM systems. C.Anti-vehicle solution for 15-300KM range. Must be capable of addressing the missions currently addressed by the Air Volcano and GATOR. 2.Potential solutions must provide the level of Anti-Tamper/handling and Self protecting-resistance required to maintain the same (or better) level of Effectiveness of existing FASCAM systems. 3.Potential solutions that include energetic explosives shall address the ability to update (renew) self destruct times. 4.Potential solutions shall have emplacement times that are equal (or less) to that of the existing FASCAM systems. 5.Potential solutions shall not contain anti-personnel mines. 6.Potential solutions shall be capable of on-off-on technologies to allow recovery and reuse. C. Other Requirements: Army Field Manual (FM) 20-32 Mines/Countermine Operations provides additional background information relating to how and when the current FASCAM systems are employed. The potential solutions must be capable of addressing one, some or all of the missions covered by the FM20-32 that are currently addressed by use of the FASCAM systems. White Paper: Content, Preparation And Submission The white paper shall include an estimate of the level of system demonstration that can be provided to the Government within both 12 and 36 months. A brief technical discussion of the potential efforts objective, approach, and level of effort, as it relates to potentially meeting the above technical and functional requirements, shall be provided. White paper submissions should provide a Rough Order of Magnitude (ROM). The ROM should include the anticipated total Life Cycle Cost for the full development of the potential material solution as well as a brief summary of work contemplated for each 12-month period. The White Papers submitted under this Market Survey shall be unclassified. The submissions will be protected from unauthorized disclosure, applicable law, and DOD regulations. In the event that interested parties submit proprietary information, it is incumbent upon said parties to appropriately mark each page of their submission as such. The offerors are cautioned, however, that portions of the white papers may be subject to release under terms of the Freedom of Information Act, 5 U.S.C. 552, as amended. Care must be exercised in order to ensure that sensitive, critical technology (ies) are not included. If such documents are required, appropriate restrictive markings and procedures should be applied. 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 no cost or obligation to the Government. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their white papers not later than 1600 hrs EST on 13 May 2010 to ATTN: Mark Zator, 973-724-8121, Building 9, Picatinny Arsenal, New Jersey 07806-500. It is preferred that information be submitted on CD or hardcopy only if practical. Alternatively, responses can be e-mailed to mark.zator@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c1519b10d86335176a6f4a664c2c1b9)
 
Record
SN02131136-W 20100425/100423235755-4c1519b10d86335176a6f4a664c2c1b9 (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.