Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

14 -- Switchblade Missile System

Notice Date
2/25/2022 11:52:08 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-24-SMS
 
Response Due
3/16/2022 3:00:00 PM
 
Point of Contact
Veronica Hannahs, Laquetta Atkins
 
E-Mail Address
veronica.hannahs.civ@army.mil, laquetta.k.atkins.civ@army.mil
(veronica.hannahs.civ@army.mil, laquetta.k.atkins.civ@army.mil)
 
Description
This amendment to the original Switchblade�Missile System�Sources Sought Notice, published on 24 February 2022,�corrects the Secondary Point of Contact e-mail address from laquetta.k.atkins.civ@army.mill to laquetta.k.atkins.civ@army.mil The attachment entitled LMAMS System Technical Requirements_13 Jan 2022.pdf should be ignored as it is superseded by attachment SMS System Technical Requirements_Updated_7 Feb 2022.pdf. SAM will not allow the deletion of the older attachment. No other changes are hereby made to the notice. The U.S. Army Contracting Command - Redstone Arsenal, AL (ACC-RSA) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to produce a Switchblade Missile System (SMS). All parties interested shall submit a White Paper describing your company and proposed capability solution. The Army is seeking a capability that meets or exceeds set SMS threshold requirements described in attachment titled ""SMS System Technical Requirements."" These requirements are based on existing user requirements submitted as part of Joint Urgent Operational Needs (JUON) and Operational Needs Statements (ONS). A general SMS description and functionality is described below. The SMS is envisioned to be a loitering, precision-guided system, organic at the small unit level that enables engagement of enemy combatants without exposing the Warfighter to direct enemy fires. Notional SMS system components may consist of: (1) an all-up-round missile (includes airframe, sensors, integrated guidance, warhead, data link, and launcher) and (2) Fire Control Unit (providing functions such as data link, operator interface, and mission preparation and execution functions) that is notionally day/night readable, provides the user real time video and control of the missile. The operator can select predetermined targets using geo location reference, visually select and identify targets of opportunity, loiter, abort, abort and redirect, arm/disarm, and manually command warhead detonation. The architecture for the SMS controller should be modular so it can be hosted by any future approved end user device or United States Army common controller. The training simulator device is embedded into the Fire Control Unit so that training does not require additional equipment other than the tactical hardware. Three distinct mission phases are (1) mission preparation, (2) fly out, and (3) terminal engagement. All phases of the SMS operations must be accomplished by a single operator and configurable for dismounted or mounted patrolling operations. For mission preparation purposes, targeting information is provided to or by the operator and may consist of headings, geo location reference, or landmark information provided by direct observation from the operator, other observers, or by sensors and networks separate from SMS. Positive identification of the target shall be made prior to launch by these sources. The operator will use this information to perform mission preparation with the controller allowing man-in-the-loop flight to the area of interest. For the fly out, SMS must be launched quickly and fly an assigned route or path to a target area by a single operator. SMS will be capable of loitering. In the terminal engagement phase, SMS will have the ability to automatically track a target designated by the operator or allow the operator to manually control the system as needed to focus on a specific area or point of interest. The system must have lethal effects against personnel and light-duty vehicles while minimizing collateral damage. SMS must have the ability to automatically lock on and track a stationary or moving target. Once a target is selected by the operator in the terminal phase of engagement, no further operator input shall be required. This sources sought synopsis is for planning purposes only and shall not be considered an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this announcement 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 a contractor's submission or responses to this announcement or the Government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in further developing its acquisition strategy and statement of work/statement of objectives and performance specifications. The US Government is looking for low cost material solutions to fulfill urgent SMS operational requirements. Respondents shall demonstrate existing system capabilities through the submission of a written response in a White Paper format to include 1) organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars for this effort. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336411, Aircraft Manufacturing, with a size standard of 1,500 employees. The Product Service Code (PSC) is 1425, Guided Missile Systems, Complete. THERE IS NO SOLICITATION AT THIS TIME. The participation of Non-United States companies or any United States subsidiaries of a non-US owned company shall be restricted as prime, sub-contractors or component vendors if their participation includes any level of access to classified information with regards to warheads, electronic safe and arm devices, SAASM global positioning system, or any form of National Security Agency encrypted algorithm data link. Access restrictions included are not limited to: system, subsystem or component designs and specifications; interface control documents; system or component drawings; manufacturing technology, materials, components; quality control and software development, integration, testing and documentation. Based upon the responses to this sources sought notice/market research, a determination will be made as to the extent of the competition and potential for set-asides available for this requirement. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Based on the history of the requirements of the Switchblade program, it is contemplated that this award will be made on an Other Than Full and Open Competitive basis in accordance with Federal Acquisition Regulation (FAR) 6.302-1. All interested vendors with the capabilities identified herein are encouraged to respond to this sources sought notice by providing the information specified above, on or before 16 March 2022. Questions and industry responses shall be sent via email or mailed to: Army Contracting Command-Redstone, Building 5303 Martin Road, Redstone Arsenal, AL 35898-5000, Point of Contacts are Veronica Hannahs, email Address veronica.hannahs.civ@army.mil or Laquetta Atkins, email address laquetta.k.atkins.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c90637d1ed448e9b4b0f5a3aa84227a/view)
 
Place of Performance
Address: Simi Valley, CA 93065, USA
Zip Code: 93065
Country: USA
 
Record
SN06251728-F 20220227/220225230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.