Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOURCES SOUGHT

14 -- 336414 Medium Range Precision Strike System (MRPSS)

Notice Date
2/27/2012
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
SORDACKP-1152012MRPSS
 
Archive Date
2/28/2013
 
Point of Contact
Gregory T. Metty, Phone: 8138262032, Sonia M. Cervantes, Phone: 813-826-7347
 
E-Mail Address
gregory.metty@socom.mil, sonia.cervantes@socom.mil
(gregory.metty@socom.mil, sonia.cervantes@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM) Special Operations Research, Development and Acquisition Center (SORDAC), on behalf of the warfighter, seeks information from industry for a Medium Range Precision Strike System (MRPSS).The weapons system should provide the capability for precision engagements by U.S. Special Operations Forces (SOF) users against enemy forces. The entire system is to be portable on a light, commercially available truck. Thus the entire system must weigh no more than 900 pounds and not exceed a dimension of 76"X86"X200" including all cables, power sources, fire control and any other required accessories. The system is required to be used both day and night, in all weather conditions in order to engage enemy personnel in the open, light structures, and vehicles. The enemy vehicles could be stationary or moving commercial SUVs, pick-ups, or sedans. The system, at a minimum, should include a Global Positioning System/Inertial Navigation System (GPS/INS) and Semi-Active Laser (SAL) terminal homing guidance system. It is desirable to have additional guidance modes such as, but not limited to, millimeter wave radar, synthetic aperture radar, imaging infrared or Light Detection and Ranging (LIDAR). It is highly desirable for the system to be capable of static or moving employment (from friendly vehicles on the move). The MRPSS should be capable of engaging at a threshold maximum range of not less than thirty (30) kilometers and an objective maximum range of not less than one hundred (100) kilometers and a minimum range threshold capability of five (5) kilometers and an objective range of one hundred (100) meters with the intent of the engagement to be a K-kill of personnel in the open with no protective gear. While the sources sought is directly related to ground-to-ground engagements it is highly desirable that the system be compatible with various fixed and rotary wing aircraft. If the Government awards a contract as a result of a formal solicitation, it will be desirable that the MRPSS offerings be available for technical demonstration firings within eighteen (18) months of the date of contract award. The responses need to address the following topics: 1. A top level system description, operational concept(s) and engagement capabilities that include: engagement time, min and max ranges, rate of fire, potential for rapid/ripple fire, off-axis launch capability, and impact accuracy. 2. Lethality against intended targets (including predicted strike geometry and information on warhead fuze). 3. Transportability factors (to include weapons size and system weight) required for weapons/ordnance handling and employment. 4. Cost estimate (estimated design prototype unit costs for firing-demonstration test articles, and estimate low rate initial production unit costs for munition/launcher/fire control/harnesses for an assumed buy quantity of 100, 250, and 500 munitions and associated launchers/fire control/harnesses. 5. Assessment of the Technology Readiness Level of the product. Substantiate TRL claims, where possible, including descriptions of test and evaluation events associated with the weapon design. Also provide and substantiate the Manufacturing Readiness Level (MRL for the product. This sources sought is looking for systems already meeting, at a minimum, a TRL & MRL of 7. 6. Identify planned near-term (within the next 6 months) test and demonstration events associated with the weapon system that may offer greater insight and/or substantiate improved TRL or MRL levels. Based upon the level of interest indicated by the number of responses received to this Notice, an Industry Day may be scheduled. Further information regarding an invitation-only Industry Day will be provided under separate Federal Business Opportunities (http://www.fbo.gov) notification. Any contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign national by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. If the interested party is a foreign concern or is a U.S. interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. The U.S. Government will provide foreign disclosure guidance to firms upon request. Interested Parties who are willing to provide qualified systems at no cost for USSOCOM testing should so indicate in the submitted white paper. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Submitted papers must be in electronic format only and no more than 30 pages. Please limit graphics to technical data as much as possible. Any submitted paper copies will be disposed of in common recycle bins. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Topics above do not constitute evaluation criteria. Responses to this RFI will be used for information and planningpurposes only and do not constitute a solicitation. In accordance with the Federal Acquisition Regulation (FAR)5.404-1), responses to this notice are not offers and cannot be accepted by the Government to form binding contracts. Respondents are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this request for information. Therefore, all costs associated with the RFI submissions will be solely at the expense of the submitter. The Government may request additional information upon review. Any results of any Government analysis will not be provided. CONFIDENTIALITY: All information included in this RFI is only for the knowledge of USSOCOM and shall not be disclosed to any other party outside of the U.S. government. Please be advised that all submissions become government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 U.S.C. 2101 - 2107. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/SORDACKP-1152012MRPSS/listing.html)
 
Place of Performance
Address: Headquarters U.S. Special Operations Command, Special Operations Research and Development Special Programs (SORDAC-KP), 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02684211-W 20120229/120227235351-148dc177b63770eb302eb6cbaf721f3c (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.