Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOURCES SOUGHT

13 -- Precision Guidance Kit (PGK) Production

Notice Date
3/15/2012
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-A009
 
Response Due
3/30/2012
 
Archive Date
4/29/2012
 
Point of Contact
Donna Demarest, Contract Specialist, 973-724-9431
 
E-Mail Address
Donna Demarest
(donna.demarest@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command (ACC) New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM-CAS) is conducting a market survey to identify qualified sources to produce PGKs. The PGK is designed to be compatible with the M549A1 and M795 155mm high explosive projectiles. PGK will be fired from the M109A6 (Paladin) and M777A2 (lightweight) 155mm howitzers. PGK will interface with fire control systems on both 155mm platforms through the M1155A1 Enhanced Portable Inductive Artillery Fuze Setter (EPIAFS) prior to launch and the Global Positioning System (GPS) constellation while in flight. Mission data that identifies firing and target location is transmitted digitally from the howitzer platform fire control through EPIAFS and inductively into PGK. PGK is included in the Advanced Field Artillery Tactical Data System (AFATDS) system, to allow use by the digital fire support command and control system. The PGK must meet all requirements per Performance Requirements Document (PRD) Revision 11 dated 11 January 2011 (available upon request) and address the specific areas listed below. In order to assess the maturity of industry designs to enter into production, respondents shall describe in detail how their PGK solution meets the PRD. Respondents shall include their ability to begin production in US Government Fiscal Year 2013 (FY13) and produce a 27 sample First Article Acceptance Test (FAAT). Upon successful completion of FAAT, production quantities are planned to be at least 3,000 and up to 5,000 for production year 1; and up to 10,000 per year for two follow on production years. The minimum production rate is 300 to 500 per month for the first year up to 1,000 per month for follow-on years. Production readiness will be evaluated with consideration placed on the contractor's use of in line production monitoring and inspection at component, sub assembly and final assembly testing as well electronic stress testing. Interested parties are requested to provide substantiation of how their design has demonstrated the following Technology Readiness Level (TRL) (in accordance with the Department of Defense Technology Readiness Assessment (TRA) guidance dated April 2011) and Manufacturing Readiness Level(s) (MRL) (per OSD Manufacturing Technology Program); - TRL 7 System prototype demonstration in an operational environment, or- TRL 8 Actual system completed and qualified through test and demonstration - MRL 6 or better with a path to meet MRL 9 MRL 6: Capability to produce a prototype system or subsystem in a production relevant environment. Readiness that denotes acceptance of a preliminary system design. An initial manufacturing approach has been developed. The majority of manufacturing processes has been defined and characterized, Producibility assessments and trade studies of key technologies and components are complete. Prototype manufacturing processes and technologies, materials, tooling and test equipment, as well as personnel skills have been demonstrated on systems and/or subsystems in a production relevant environment. Cost, yield and rate analyses have been performed to assess how prototype data compare to target objectives, and the program has in place appropriate risk reduction to achieve cost requirements or establish a new baseline. This analysis should include design trades. Producibility considerations have shaped system development plans. Long-lead and key supply chain elements have been identified. MRL 7: Capability to produce systems, subsystems, or components in a production representative environment. System detailed design activity is nearing completion. Material specifications have been approved and materials are available to meet the planned build. Manufacturing processes and procedures have been demonstrated in a production representative environment. Detailed producibility trade studies are completed and producibility enhancements and risk assessments are underway. The supply chain and supplier quality assurance have been assessed and long-lead procurement plans are in place. Manufacturing plans and quality targets have been developed. Production tooling and test equipment design and development have been initiated. Interested parties are also requested to include substantiation for meeting requirements within PRD rev 11 (to include but not limited to): - Reliability; - Maximum and minimum effective range (including all ranges and QEs to include any gaps or potential lower performance scenarios);- Accuracy Circular Error Probability (CEP)- Meteorological (MET) weather conditions- GPS Anti Jam- Storage temperature greater than 160 degrees F- Inductive set less than 13 seconds- Intrusion Depth- Set/Reset greater than 15 days after initial set- EPIAFS interface without a removal/discardable adapter- Integral Telemetry- Fire control interface requirements for operations- Upgradability of the design (modularity of major components and obsolescence) and- Identify and mark appropriately any proprietary information submitted. If new facilities are planned or required to meet the production requirements of this production program, so state, along with the detailed plans and costs to meet the US Army delivery requirements. Interested contractors who feel that they have the necessary capabilities should respond by providing the following information in the timeframe established below: 1) Description of Facilities, Personnel, Manufacturing Capabilities and how they directly relate to the PGK solution they plan to offer to the USG 2) Estimated minimum and maximum monthly production capacities, and the minimum procurement quantity required for production; and 3) Respondents shall state if they are currently manufacturing this item or have made this item or similar items in the past; 4) Business size as it applies to NAICS code 332993 size standard 1,500 employees. Additionally, interested small business contractors should address if manufacturing resources are shared with other item/production lines and identify the approximate amount shared. Interested parties are also requested to provide a Rough Order of Magnitude for the Unit Price of a quantity of 10,000/per year. Interested respondents may obtain the PRD upon request and coordination with POC listed below. A Non-Disclosure Agreement (available upon request) a DD2345, and a Form 1350 must be submitted prior to receiving the PRD. This notice is for information and planning purposes only, and does not constitute a Request for Proposal. 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 Research/ Sources Sought Notice. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Research/ Sources Sought Notice. The Government is not obligated to notify respondents of the results of this Market Research/ Sources Sought Notice. Interested sources should submit their qualification data and requested information not later than 30 March 2012. The requested information should be sent to Donna Demarest, ACC-NJ-CA Bldg. 10, Picatinny Arsenal, NJ 07806-5000, donna.demarest@us.army.mil. Large files need to be compressed using WinZip (http://winzip.com). Telephone inquires will not be accepted. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information submitted will be held in a confidential status.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0cf769f03b55a3b6174d9a2319e3fe9)
 
Record
SN02698258-W 20120317/120315235617-e0cf769f03b55a3b6174d9a2319e3fe9 (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.