Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

12 -- XM914 Remote Weapon Station

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens 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-01T1
 
Archive Date
4/11/2018
 
Point of Contact
Jocelyn M. E. Fulljames, Phone: 9737245230, James D. Marks,
 
E-Mail Address
jocelyn.m.fulljames.civ@mail.mil, james.d.marks15.civ@mail.mil
(jocelyn.m.fulljames.civ@mail.mil, james.d.marks15.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is a Request for Information (RFI) ONLY and should not be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The U.S. Army Contracting Command - New Jersey on behalf of the Product Manager Crew Served Weapons (PM CSW), located at Picatinny Arsenal, NJ, is seeking information from organizations that possess Remote Weapon Stations which integrate the XM914 30mm Automatic Cannon, M240 (family) machine gun, and additional armaments. Information is being sought for ruggedized/militarized systems with high technology and manufacturing readiness levels that meet the following criteria: Weapon Station Description: • Weapon integration: o Primary Armament: XM914 30mm Automatic Cannon o Co-axial Armament: M240 family (M240, M240B, M240C, or M240L) o Additional Armament: Stinger and Javelin (individually, not simultaneously) • Sensors: o Thermal camera with 70% identification to ranges outwards to 4 km of a NATO sized vehicle target (2.3 m x 2.3 m) • Platform Integration: o Compatible with combat vehicle platforms ranging from JLTV-CTV to Stryker ICV Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages. Information papers can be submitted in a white paper format and include product technical specification datasheet. XM914 Remote Weapon Station Description: Provide the description of the XM914 Remote Weapon Station. Characteristics: • Provide the following system information: o Ammunition capacity of all integrated weapons o Sensor characteristics (detect and identification ranges) o System weight (control unit and weapon station separately) o Power requirement o Swept weapon station volume o Reload under armor Technology Readiness Level: • Describe the Technology Readiness Level of the system. Describe the system technology risks and the system level qualification testing performed to include test specifications and levels (for example temperature, vibration profiles, accuracy, and etc.). Manufacturing Readiness Level: • Clearly identify and substantiate the Manufacturing Readiness Level as identified in the Manufacturing Readiness Level Deskbook Version 2 (http://www.dodmrl.com/MRL_Deskbook_V2.pdf) of the system and sub-systems. Describe the maturity plan's allocated resources, risks, and schedule from contract award to production representative units (low rate initial production) and to full rate production to include monthly production capacity. Cost: • Provide system unit cost to include any necessary ancillary equipment for the following quantity ranges: o Average cost for quantity of 1-25 systems o Average cost for quantity of 26-100 systems o Average cost for quantity of 101-200 systems o Average cost for quantity of 201 or more systems Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: (The below will be indented appropriately on FBO) 1. Company Name 2. Company Address / Country Represented / Website 3. Company point of contact and phone number 4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number. 5. The North American Industry Classification System (NAICS) codes for this effort are 333314. 6. Commerciality: a. ( ) Our product as described above, has been sold, leased or licensed to the general public b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense c. ( ) None of the above applies. Explain. 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Major partners or suppliers. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Provide minimum and maximum monthly production rates of past production of same or similar items. 11. Please provide any additional comments All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 15 calendar days to: US Army Contracting Command - New Jersey ATTN: Jocelyn Fulljames- ACC-NJ-SW Building 9, Phipps Road Picatinny Arsenal, NJ 07806-5000 Email: jocelyn.m.fulljames.civ@mail.mil The point of contact is Jocelyn Fulljames at jocelyn.m.fulljames.civ@mail.mil or James Marks at james.d.marks15.civ@mail.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to jocelyn.m.fulljames.civ@mail.mil or james.d.marks15.civ@mail.mil. This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted. Any information provided will not be returned. Contracting Office Address: ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000 Place of Performance: ACC - New Jersey Building 9, Phipps Road Picatinny Arsenal NJ 07806-5000 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/28392cfd7aefdc8aaadf61ec655f8f4f)
 
Record
SN04851462-W 20180314/180312231531-28392cfd7aefdc8aaadf61ec655f8f4f (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.