Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
MODIFICATION

10 -- Kinetic Response System Capable of 360 Degree Area

Notice Date
1/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
ACC-APG SCRT - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB12KR360
 
Response Due
1/27/2012
 
Archive Date
3/27/2012
 
Point of Contact
Sabrinna Cosom, 410-306-2852
 
E-Mail Address
ACC-APG SCRT - Aberdeen
(sabrinna.r.cosom.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: This Request For Information (RFI) neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This RFI should not be construed as a commitment by the Government for any purpose. THIS IS NOT A SOLICITATION: no award will be made as a result of this request. This request is for informational purposes only. All interested parties are encouraged to respond to this synopsis. The Government will not pay for information and materials received in response to this synopsis and is in no way obligated by the information received. 1. SCOPE: 1.1 Background: The mission of the U.S. Army Rapid Equipping Force (REF) is to rapidly increase mission capability while reducing risk to Soldiers and others by equipping operational commanders with off-the-shelf (government or commercial) solutions or near-term developmental items that can be researched, developed and acquired quickly. The REF receives requirements from operational commanders in war zones setting forth the capabilities needed. The REF is chartered by the Senior Army leadership to provide material solutions to meet these requirements in a significantly reduced timeline compared to traditional Department of Defense acquisition procedures. 1.2 The purpose of this RFI is to obtain potential solutions that could provide a Kinetic Response system capable of covering 360 (KR-360) area out to a distance of seven (7) kilometers from a single firing position using legacy 120mm US high explosive mortar rounds. 1.3 Experience and information obtained from this request for information will be provided to Army Product Manager REF who will evaluate the information and feasibility of issuing a procurement action for the aforementioned purpose. 2. REQUIREMENTS: 2.1 Each KR-360 system should possess the following minimum performance characteristics: Be able to engage targets with a Circular Error Probability (CEP) of no greater than 1% of range using legacy non-guided US military 120mm mortar High Explosive (HE) mortar rounds (i.e no greater than a CEP of 70 meters at range of 7,000 meters). Be capable of engaging targets out to seven (7) kilometers with legacy US military 120mm High Explosive mortar rounds within 45 seconds of mission start time. Be able to traverse 360 in less than 30 seconds enabling targets to be engaged at any direction. Have automated elevation and traverse adjustment drive unit in order to rapidly engage multiple target locations 360 from a single firing position. Have an integrated US military standard Inertial Navigation System to serve as a Pointing Device. Have an integrated tactical computer with mortar targeting software which allows the user to rapidly input the 'elements-of-the-call-for-fire' as written in the Army Field Manual 6-30 Tactics, "Techniques and Procedures for Observed Fires" as well as selecting targets from maps or geo-rectified imagery loaded on the tactical computer. Have an ability to be powered from a Power Supply Unit with NSN standard batteries and or a HMMWV Power Slave Cable. Have the ability to operate in an austere environment with a temperature range of -20C (-4F) to 60C (140F). Must be able to sustain extensive dust, sand, snow and wind. Be transportable on one (1) 463L master pallet used for transporting military air cargo. System must be ruggedized for military use. 3. INSTRUCTIONS TO POTENTIAL RESPONDENTS/DELIVERABLES: Specific information on industry capability to produce a system that can meet the requirements identified in paragraph two (2) above. This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the technology, qualifications, and capabilities to satisfy one or more of the performance and technical objectives described above. The white paper should discuss the company's ability to provide existing equipment to meet the need. Company should provide a ROM (rough order of magnitude) price for delivery of up to 20 each of the systems and its anticipated delivery schedule to deliver up to 20 each of the proposed systems. Specify if the system is an off-the-shelf (government or commercial) item or can be developed within 90 days. Provide information on how you would propose training your system by military users. Provide information on how your system would maintained by users. The company should provide information as to if this equipment has been purchased by the US Military, and if it has been tested by a DoD Agency. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to twenty (20) pages, and submitted electronically to the contracting specialist listed below. RESPONSES ARE DUE NO LATER THAN Friday, January 27, 2012 AT 5:00 PM EST. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review submissions as they are received. The government reserves the right to close this Sources Sought Synopsis once they have received adequate response(s). For questions potential respondents shall contact the contract specialist, Sabrinna Cosom at sabrinna.r.cosom.civ@mail.mil to obtain information. Email communication is highly encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45e7854d813daed29f96558db94b457b)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02654034-W 20120114/120112235006-45e7854d813daed29f96558db94b457b (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.