Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOURCES SOUGHT

10 -- Market Survey for Common Remotely Operated Weapon Station (CROWS)

Notice Date
7/7/2010
 
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-0463
 
Response Due
7/29/2010
 
Archive Date
8/28/2010
 
Point of Contact
Timothy Batko, Contract Specialist
 
E-Mail Address
Timothy Batko
(tim.batko@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Common Remotely Operated Weapon Station (CROWS)Market Survey Announcement The JM&L LCMC Contracting Center, in support of the Project Manager Soldier Weapons, is seeking sources capable of manufacturing the Common Remotely Operated Weapon Station (CROWS) that provides the capability to remotely aim and fire a suite of crew served weapons. The CROWS is sought for immediate production, fielding and sustainment. The system shall be capable of mounting on a variety of existing and future combat platforms. The system shall consist of a remotely operated and fully stabilized weapon station that can mount and operate a variety of crew served weapons including, at a minimum, the Mk19 40mm Grenade Machine Gun, Mk47 40mm Grenade Machine Gun, M2HB 50 cal Machine Gun, M240 7.62mm Machine Gun and the M249 5.56mm Squad Automatic Weapon. The weapon station shall be controlled via a remote display and control grip allowing the operator to slew and point the system in order to view and engage threats in day and night conditions while stationary or on the move. Systems shall have robust safety checks and diagnostics built in to assure system safety and must meet U.S. military operational safety requirements. The weapon system shall have the ability to accommodate platform specific traverse and firing inhibits for platform unique characteristics. The weight, power and space claim of the system will be limited to accommodate platform integration of current and emerging requirements. In support of CROWS manufacturing, sources shall be capable of managing an extensive supplier base to effectively and efficiently provide a flexible production capability that can easily adapt to changes in production rates and configurations. It is anticipated that production rates can vary from 0-100 CROWS/week (may be a combination of new systems and overhauling existing CROWS), depending on the requirements and resources available. In addition to new production, sources shall have the ability to overhaul previously fielded CROWS to include cleaning, repair of broken components, replacement of lost parts, and final inspection. It is expected that sustainment activities for new and existing systems may require some or all of the following: depot repair facility, Field Service Representatives, spare parts, obsolescence management and special tools. Engineering support shall be available, as required, for product improvements, root cause analysis, production support and other activities normally expected for a program of this magnitude. If a formal solicitation is generated at a later date, the Government would provide the source(s) with a combination of a technical data package, interface control documents, performance specifications (system and selected parts) and other available documentation which will describe the requirements and current CROWS designs. Some or all of this data may be export controlled which may require appropriate approvals to allow Contractors and their suppliers to share part or all of the information required to perform their tasks. At a minimum, field replaceable parts shall be backward compatible to currently fielded CROWS. Software management of CROWS will be the responsibility of the US Government and will not be shared with sources other than the executable code required to operate the CROWS. The need and demand for such systems has been significant in the past several years and has the potential to continue in the future. The Government is interested in assessing the engineering and production capability of potential firms/vendors to meet a varying production rate of 0-100/week for systems as well as the necessary engineering services required to support the same. The Government anticipates future contract types to be Indefinite Delivery/ Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP), Firm Fixed Priced Level of Effort (FFP-LOE), and Fixed Price Initiative (FPI) elements. The anticipated duration would be approximately five (5) years with two (2) additional 1-year options. The estimated total maximum quantity for CROWS is 25,200 over the life of the effort. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1.Company Name 2.Company Address 3.Company point of contact and phone number 4.Major partners or Suppliers 5.The North American Industry Classification System (NAICS) code for this effort is 334511. With small business size standard of 750 employees. Based on this information is your business considered a small business? 6.Commerciality: a.( ) Our product as described above, has been sold leased or licensed to the general pubicb.( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expensec.( ) None of the above applies. Explain. 7.Location where primary work will be performed (if more than one location, please indicate the percentage for each location) 8.Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity 9.Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required) 10.Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment 11.Please provide any additional comments This data and material should be sent, if available, at no cost or obligation to the U.S. Government, within 21 days of this announcement to Department of the Army, JM&L LCMC Contracting Center. ATTN: Timothy Batko, CCJM-SW Bldg. 9, Picatinny, NJ 07806-5000; email: tim.batko@us.army.mil. Telephone responses and inquiries will not be accepted. This is a Market Survey for information only and should not be construed as a RFP or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. The information collected from this market survey may be used to support any CROWS follow on acquisitions. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/76ed417a5c0219da6ffe5ff3c8576798)
 
Record
SN02198245-W 20100709/100707235002-76ed417a5c0219da6ffe5ff3c8576798 (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.