Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

14 -- Transportation Equipment Manufacturing / Guided Missile and Space Vehicle Manufacturing

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-12-R-0074
 
Response Due
3/1/2012
 
Archive Date
4/30/2012
 
Point of Contact
Erica L. McClain, 256-842-7320
 
E-Mail Address
ACC-RSA - (Missile)
(erica.mcclain@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for the development and production of an improved Guided Multiple Launch Rocket System (GMLRS) rocket. This RFI is released pursuant to FAR 15.201(e). Interested sources will provide a white paper describing their recommended strategies. Responses must be in compliance with all applicable Army, DoD and Federal policies. Requirement Statement: The desired improvements in a next generation GMLRS rocket are: -Increase the maximum range from the current capability up to 250 km with minimal impact on the current minimum range capability of 15 km. A minimum of two missiles per launcher pod is desired. Range, number of missiles per pod, and warhead weight are the major performance characteristics to be considered. Performance and system cost are of equal importance. -Using a single warhead, provide scalable lethality effects equivalent to high explosive blast/fragment warheads ranging from 50 lb to 250 lb of high explosive. oThis desired lethality capability will permit engagement of both point targets and/or wide area targets. The desire is a warhead capable of meeting both GMLRS and TACMS point and imprecisely located targets. oThis lethality will be selectable in discreet increments either in the Fire Mission Digital Message or by the Fire Control Panel Operator on the launcher. -This warhead will have the capability to operate in a proximity mode, point detonation mode, or time delay after impact mode. -The rockets will be housed within a Launch Pod Container (LPC). The physical dimensions of the LPC (i.e. height, width, length and weight), as well as the mechanical interface, must be compatible with the current M270 series, M142 launchers and existing logistical assets. The LPC must be usable with the current family of launchers to avoid the cost of developing new launchers and to avoid costly changes to current logistical/material handling equipment. -Rocket time of flight from launch to target engagement will be consistent with current MFOM (MLRS Family of Munitions) rockets; with no greater than 10 percent degradation. The desire is to maintain the same terminal velocities as the current rockets to deny the enemy the ability to detect the incoming rocket and take measures to vacate, go into a protective posture or activate point defenses. -System level Insensitive Munition compliance is required. -The rocket should be capable of 90 degree terminal Angle of Fall (AOF) (plus or minus 10 degrees) for all ranges between the minimum range plus ten percent and maximum range minus twenty percent. AOF enables employment in rugged/high mountainous areas with intervening crests, as well as complex urban terrain. -GPS anti-jam capability or navigation solutions will be capable of maintaining sufficient accuracy. -Solutions with a Technology Readiness Level (TRL) of 5 or greater are requested. Solutions possessing lower TRL levels should include a plan and projected cost/schedule and risk matrix to achieve a TRL 6 prior to the Technology Demonstration Phase of the program. -Industry is also encouraged to suggest methods of contracting for development, test, and production of the next generation GMLRS configuration RFI Purpose/Limitations A Request for Proposal (RFP) for this effort may be issued in the future. The Government is seeking white papers regarding the technical approach to this development and industry's assessment/opinion of the most efficient and cost effective method of executing this effort. The response should include: (1.) a tier one schedule showing events from contract award to delivery of the first production (200 pods per year) to the U.S. Government that can be type classified, with full materiel release and (2.) a cost estimate (MS Excel file) for development which includes personnel, hardware, test range support and facilitization of the production facility to attain LRIP and full rate production, and unit production cost. Unit production estimates should include a major components breakout. The potential levels of production are: 500, 1000, and 1500 rocket systems per year. Industry is also encouraged to describe the benefits or risks associated with inclusion of production options and recommendations on contracting approaches that provide a best value to the Government while minimizing risk (especially cost risk) to the selected development contractor. The documents listed below are available for authorized DOD contractors eligible to receive Distribution C and D documents, and will be distributed on a case by case basis. Appropriate legal and security requirements will be satisfied prior to providing any requested technical data. Functional Baseline Interface Control Documents (ICDs): 13214701 (POD-TO-M270A1 Launcher Interface) Rev Dash MIS-48811 (Interface Control Document for the M270A1 Launcher to Munitions Launch Pod Assembly Interface) Rev B MIS-49157 (Missile Command Specification Interface Control Document for the Rocket Pod, 298MM, M31 Rocket) Rev E Interface control document for the multiple launch rocket system fire control system (International) (Document number: 11508910/01 Rev D) United states only interface control document for version 6.0 of the MLRS fire control system (U.S. Only) (Document number: 11508910/02 Rev D) Pod to M270A1 Launcher Interface (Document Number: 13214701 Rev Dash) Cage Interface Control Drawing ( Document Number 13027605 Rev G) The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit your formal white paper submission to no more than 20 pages, to include cover letter. In addition five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses. All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, Erica L. McClain, Contract Specialist, email: erica.mcclain@us.army.mil, or LaVerne Askew, Contracting Officer, email address: laverne.askew@us.army.mil. Responses must be received no later than March 01, 2012. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued as Market Research, solely for information and planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services. Any response to this synopsis will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab06019f47a2ed57ea273dfaef229f19)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM-TM-B, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02666263-W 20120204/120202234712-ab06019f47a2ed57ea273dfaef229f19 (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.