Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

13 -- STINGER M934E6 AND Proximity M934E7 FUZE and Warhead Body Assembly

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-18-X-014L
 
Archive Date
1/20/2018
 
Point of Contact
Jennifer M. Stanley, , Maria Robertson,
 
E-Mail Address
jennifer.m.stanley17.civ@mail.mil, maria.k.robertson.civ@mail.mil
(jennifer.m.stanley17.civ@mail.mil, maria.k.robertson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ, on behalf of the US Army Armament Research Development and Engineering Center (ARDEC), is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the manufacture, inspection, testing, and delivery of the STINGER M934E6 Fuze and Warhead Body Assembly (Legacy Configuration) and the STINGER Proximity M934E7 Fuze and Warhead Body Assembly with Conformal Antenna. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The baseline STINGER M934E6 Fuze is a complex electromechanical assembly integrating hybrid microelectronics, advanced inertial and centrifugal components and electro-explosive devices into a single fuze package. The M934E6 Fuze must interface with the Warhead Body Assembly which forms one of the main structural supports to the missile airframe and consists of a machined Titanium body configured with a Hard Target Sensor (HTS), Radio- Frequency Interference (RFI) Filter and an electrical cable assembly that interfaces between the fuze/warhead and missile sections. The STINGER M934E7 Proximity Fuzes and Warhead Body Assemblies with Antenna are complex electromechanical assemblies integrated with a Radio Detection and Ranging (RADAR) proximity sensor and conformal antenna into the existing baseline STINGER M934E6 Fuze and Warhead Body Assembly configuration. The direct replacement of shelf-life expired legacy configuration fuzes and warhead body assemblies with new Proximity configuration fuzes and warhead body assemblies (with antenna) will enhance the missile capability to engage Unmanned Aerial Systems (UAS) with a Proximity Detonation mode while maintaining the legacy fuzing detonation functions. The STINGER Proximity Fuze and Warhead Body Assembly with Antenna will provide a near miss capability against UAS targets while maintaining all legacy fuze functions against standard STINGER targets. The procurement of the legacy configuration STINGER M934E6 Fuze and Warhead Body Assembly will be in direct support of active and potential Foreign Military Sales (FMS) case requirements. The STINGER M934E7 Fuze and Warhead Body Assembly with conformal antenna must interface with the M258E7 Warhead Section and missile guidance section and flight motor. The M934E6 and M934E7 Fuzes and Warhead Body Assemblies (with and without conformal antenna) are to be Manufactured, First Article and Lot Acceptance tested in accordance with Technical Data Packages as defined in table 1. First Article samples will be required within twelve (12) months of contract award and initial lot delivery will be within fifteen (15) months of contract award. All deliverable requirements will be delivered based upon a combination of both Proximity and Legacy configurations. The U.S. Government anticipates soliciting for offerors located within the National Technology and Industrial Base (NTIB) for single award of a four (4) year, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract, utilizing a base year with three (3) additional, one (1) year ordering periods, for Fiscal Years 2018 - 2021. Each ordering period will include ranges for deliveries as follows: 250-499, 500-999, and 1000-2000 to build fuzes and warhead body assemblies in accordance with table 1. Table 1 - Technical Data Packages Technical Data Package p/n 9297066, Titled: Fuze, Guided Missile, M934E6 Technical Data Package p/n 9344462, Titled: Warhead Body Assembly Technical Data Package p/n 13052431, Titled: Fuze, Guided Missile, M934E7 Technical Data Package p/n 13051777, Titled: Warhead Body Assembly, Antenna No technical data packages shall be provided under this sources sought notice. REQUIRED CAPABILITIES The Government seeks a source to manufacture the fuzes and warhead body assemblies in accordance with the Technical Data Packages identified in table 1 The intent of this Sources Sought is to identify sources and make an assessment of their capability to meet this requirement. Specifically, the requirement encompasses the manufacture, assembly, inspection, testing, packaging, and delivery of the fuzes and warhead body assemblies in accordance with a Government Technical Data Package (TDP) and drawings. The official nomenclatures for the systems are as follows: Fuze, Guided Missile, M934E6 Warhead Body Assembly Fuze, Guided Missile, M934E7 Warhead Body Assembly, Antenna Potential candidates must have production line manufacturing tooling, inspection fixtures, mechanical vibration test equipment with thermal temperature capability, automated computer controlled in-process assembly and Lot Acceptance Test equipment stations, technical knowledge and expertise required to fulfill the M934E6 and M934E7 Fuze and Warhead Body Assembly (with and without conformal antenna) requirements within the necessary delivery timeframe. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 332 -- Fabricated Metal Product Manufacturing/332993 -- Ammunition (except Small Arms) Manufacturing with a Small Business Size Standard of 1,500. The Product Service Code (PSC) is 1390. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Maria Robertson, in either Microsoft Word or Portable Document Format (PDF), via email maria.k.robertson.civ@mail.mil no later than 12:00 p.m. (EST) on 05 January 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Email submittals must be restricted to a maximum file size of 8MB and should be in MSWord or PDF format. In the event that the email submission is larger than 8MB, separate into several emails. Telephone responses will not be accepted. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. If a respondent does not currently have adequate resources (technical, manufacturing, personnel, etc) available, the respondent must detail plans to obtain those resources in a manner that wouldn't adversely impact execution of the contract effort. This market survey is for information and planning purposes only, it does not constitute a Request for Proposal (RFP) or an obligation on the part of the Government. It is not to be construed as a commitment by the U.S. Government. Responses to this market survey are not proposals and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This notice shall not to be construed as a commitment of any kind by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a separate solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The information provided will not be returned. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The U.S Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/92b71caa63d773a5225675018d966585)
 
Record
SN04774481-W 20171223/171221231824-92b71caa63d773a5225675018d966585 (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.