Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1, 2001 PSA #2863
SOLICITATIONS

10 -- ENHANCED GRENADE LAUNCHER MODULE (EGLM) WITH PLATFORM MODIFICATIONS (PMOD) FOR THE M16/M4-SERIES RIFLES AND CARBINES

Notice Date
May 30, 2001
Contracting Office
Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-01-R-0103
Response Due
June 25, 2001
Point of Contact
Mr. Paul Johnson, Contracting Officer, 812-854-3225, FAX 812-854-5095
E-Mail Address
Click here to contact the Contracting Officer via (johnson_p@crane.navy.mil)
Description
The Navy, on behalf of the US Special Operations Command (USSOCOM) Special Operations Peculiar Modification (SOPMOD) Program is issuing this Commercial Area Announcement (CAA). Sources are sought that can provide a three-fold set of objectives: (1) an Enhanced Grenade Launcher Module (EGLM) accessory capable of mounting on the M16/M4-series rifles/carbines without contact to the weapon barrel, (2) improved grenade launcher mounting accessory system/interface for the M16/M4-series rifles/carbines, and (3) accessory parts and assemblies for performance improvements to the M16/M4-series rifles/carbines. This CAA supersedes SOL N00164-00-R-0095, which is hereby cancelled. As information, the requirements that were listed in SOL N00164-00-R-0095 remain valid and will be advertised under a new solicitation(s) at a later date. Interested parties should respond to future announcements as they are published. BACKGROUND: Special Operations Forces (SOF) operates around the world in extreme conditions including underwater, surf-zone, desert, arctic, jungle, and urban environments. They subject their weapons and equipment to extremely high usage rates and stresses. Due to the manner in which SOF utilizes its equipment, normal military specifications are in many cases not stringent enough to support SOF use. Although the currently fielded M203 40mm Grenade Launcher and the M4A1 Carbine meet military performance specifications, these weapons have exhibited performance characteristics that do not meet SOF requirements when subjected to the extreme operational conditions imposed upon them by SOF operators. GENERAL, OBJECTIVE 1 (EGLM): EGLM shall provide operational improvements over the current M203 40mm Grenade Launcher, with an objective of first round effect on target. The SOPMOD program is not seeking alternate sources for the M203 grenade launcher, rather is interested in alternative systems that will increase operational performance. The EGLM must not attach to the barrel of the rifle/carbine. EGLM is envisioned as an Individual Grenade Launcher (IGL) combined with a ballistic self-ranging sight and/or range-finding and/or stadiametric ranging sight capability that is day/night. Compatibility with US and NATO in-service 40mm Low Velocity (LV) ammunition is required. Future compatibility is sought with yet-undeveloped low-velocity 40mm programmable airburst rounds that leverage munition advancements achieved in the 40mm high-velocity Advanced Lightweight Grenade Launcher (ALGL) program. The EGLM must be capable of removal from the rifle/carbine and fired in a stand-alone configuration, and should therefore have provision for a pistol grip and an accessory buttstock. The breech mechanism should open to the side rather than forward like the current M203. Side opening is anticipated to allow the operator to chamber and fire cartridges up to 134mm in length and facilitate reloading in difficult or awkward shooting positions. The barrel release latch and mechanical safety should be located in a position that will alleviate or eliminate inadvertent activation. The trigger mechanism must not require the operator to open the breech in order to cock or re-cock the weapon. Controls should be ambidextrous and intuitive. GENERAL, OBJECTIVE 2 (PMOD Interface): Sources are sought for new SOPMOD rail interface designs. SOF operators desire improved/alternative versions of SOPMOD Rail Interface System (RIS) forearm rails to mount the EGLM, and other future SOPMOD accessories, without touching the rifle/carbine barrel, as well as allowing continued use of current SOPMOD aiming accessories. The SOPMOD program is not seeking alternate sources for the currently fielded SOPMOD RIS, rather is seeking alternative systems with improved operational performance characteristics. Sought are improved/alternative versions of the SOPMOD RIS that will allow the operator to mount and remove the future EGLM in a field environment. A rigid or monolithic interface system is desired that will allow a free-floating carbine barrel, withstand the shock of firing all currently fielded 40mm LV rounds, and maintain zero repeatability when removed and remounted. While MILSPEC 1913 rails are still required in the 12:00, 3:00, 6:00, and 9:00 positions on the rifle/carbine forearm, alternative intermediate or supplemental interfaces will be considered to allow the EGLM to be mounted as closely to the rifle/carbine barrel as possible without interfering with rifle/carbine barrel harmonics during firing. To be considered, Vendors offering such intermediate interfaces must offer to transfer or sell certain limited license rights/intellectual property rights of the interface surfaces only (male and female), not necessarily the rights to the entire parts design. Technical drawings of the male-female interface, and the government right to publish them or adopt them as a MILSPEC, is to allow for open-system requirements (DOD 5000.2-R) and to promote follow-on competition of future accessories. It is not the intent of the SOPMOD program to use these rights to re-compete the selected accessory part, rather such an interface surface, if selected, must become government property in order to allow open competition on future SOPMOD systems that will mount in the 6:00 position, using a standard interface. GENERAL, OBJECTIVE 3 (PMOD Performance): To ensure system balance, sought are rifle/carbine parts, components, subassemblies, or modifications that enhance reliability, endurance, safety, and operational performance as compared to the current M16/M4 series rifles/carbines. The Government is not seeking alternative sources of current parts for the current M16-series/M4A1 carbines, rather is seeking alternative parts, groups of parts, or subassemblies that significantly increase weapon reliability and performance. These improvements, listed in priority order of government interest, may include new and improved (1) magazines, (2) bolt assemblies/bolt carrier groups, (3) barrels, (4) upper receivers, (5) trigger, sear, and hammer sets, (6) ambidextrous weapon controls, (6) flip-up front and rear iron sights, (7) front and rear pistol grips, (8) buttstocks, and (9) any other components of, or mechanical accessories to, the M16-series/M4A1 carbines, with the exception of the lower receiver. The government wishes to avoid modifications to the lower receiver, unless cost-effective benefits can be thus achieved. As an objective, 3 distinct PMOD versions should be optimized for (1) CQB operations, (2) precision fire operations, and (3) normal carbine operations, with barrel lengths appropriate to the operational mode. Parts can be stand-alone, or be grouped with other compatible parts into parts assemblies or parts sets that enhance, improve, or otherwise extend current performance criteria. All parts, except the lower receiver (stripped of parts), will be considered for replacement. Objective 3 PMOD goals include: (1) Increased reliability, durability, corrosion resistance, ease of cleaning, lubricity/reduced friction; fully functional for a minimum of 15,000 rounds threshold, 30,000 rounds objective, performing up to the standards and firing rates to be published in the Solicitation; functional reliability exceeding that of the standard M4A1 carbine at high and low temperature extremes as well as other hostile (sand/dust/dirt/mud/surf) environmental conditions (2) Improved safety- delay cook-off, fail-safe features, fires/functions safely and without delay of draining in the Over-The-Beach (surf zone, weapon flooded with water) environment. (3) User Acceptance: operational suitability, increased live-fire hit scores, decreased live-fire engagement times, speed/accuracy of engagement, controllability in semi-automatic and full automatic fire, improved handling qualities, light weight, snag free in movement through vegetation and battlefield obstacles. ACQUISITION STRATEGY: The contemplated acquisition strategy consists of two major competitive phases. It selects initial sources and establishes a rifle/carbine platform baseline in 2002, with follow-on continued competition to acquire the EGLM in 2004. Objectives (2) and (3) (PMOD) are planned for testing and initial procurement (Low Rate Initial Production, LRIP) in calendar year 2002. Offeror(s) selected for PMOD are not automatically selected for Objective (1)(EGLM). EGLM is planned for concurrent initial developmental and operational testing in 2002, along with PMOD offerings, to be followed by additional EGLM testing in 2003 mounted on the selected PMOD, with an objective of initial procurements of EGLM in 2004. While SOPMOD is seeking Offerors, or teams of Offerors, to provide fully system-balanced offerings, certain sub-components and closely related accessories may be competed separately for by-item competition, such as rifle/carbine ergonomic improvements, a matching Family of Muzzle Brake/Suppressors (FMBS), and Extended Life Barrels (ELB). This acquisition strategy is not yet approved, and vendors responding to this announcement are invited to comment on the strategy. INVITATION TO COMMENT: Draft Acquisition Strategy and Performance Specifications for the EGLM / PMOD will be available on or about 8 June 2001 for comment on the Crane Web page at Http: http://www.crane.navy.mil/supply/announce.htm NOTICE: This notice is for informational purposes only. This CAA does not constitute an invitation for Bids or a Request for Proposal (RFP) and is not a commitment by the SOPMOD Program to procure subject equipment. No solicitation document exits at this time. The government does not intend to award on the basis of this CAA. Nothing in this announcement constitutes an obligation on the part of the government. The government will not pay for submissions resulting from this announcement. The SOPMOD program office will not provide M203 grenade launcher parts drawings or M16/M4 rifle/carbine parts drawings. INVITATION: In accordance with Federal Acquisition Regulation (FAR) Part 15.202- ADVISORY MULTI-STEP PROCESS, the Government invites potential Offerors to submit a concept paper or preliminary proposal. Offerors are invited to respond to this CAA by outlining, in broad terms, innovative ways by which they believe they could meet the objectives described above. Offerors are invited to freely comment on this announcement, the acquisition strategy, and the draft specifications. The concept paper/preliminary proposal is for this particular requirement is limited to 3 pages in length. This summary concept paper/preliminary proposal may include additional attachments, describing the proposed item (design, type of material, approach in meeting the above requirements); projected unit price for the PMOD and EGLM (supporting cost/pricing data is not required or desired); and the projected delivery schedule in terms of monthly production capability, beginning 2002 for PMOD and 2004 for EGLM. Also attached may be comments on the draft performance specification and acquisition strategy. Potential offerors are also encouraged to submit a sample or prototype of their proposed items, or baseline commercial items that they intend to improve. Offerors shall also identify whether they are a small business. The applicable Standard Industrial Classification (SIC) Code for this acquisition is 3421 and the size standard is 500 employees. EVALUATION: The Government will evaluate all concept papers/preliminary proposals and samples submitted. SOPMOD will hold an industry conference to discuss this and other SOPMOD projects and solicit further industry comment, prior to release of the Request for Commercial Offering (RCO) Solicitation. This conference has been announced separately (SOL N00164-00-R-0135) [Commerce Business Daily: Posted in CBDNet on May 21, 2001] [Printed Issue Date: May 23, 2001]. During this conference (exact time will be coordinated with each individual offeror) the Government will conduct one-on-one conferences with each individual offeror who submitted a concept paper/preliminary proposal. The purpose of this process will be to inform potential Offerors whether or not the Government believes they will be a viable competitor in this acquisition and the reasons for that opinion. This process will not preclude offerors from participating in the resultant acquisition. Concept papers/preliminary proposals and samples will be accepted until June 25, 2001 at 2:00p.m. (EST). Information submitted will not be returned and will not be discussed with any other potential offeror. Samples, if submitted, will be returned to the vendor after evaluation. Based on the responses received, the above outlined specification and acquisition strategy will be refined and a solicitation issued, to include the determination on whether to issue the solicitation as a Small Business Set-Aside or on a Full and Open Competitive Basis. Contact information for notification of attendance and SOPMOD Program Registration: Ms. Paula Pifer, Code 4081, telephone (812) 854-5686, email pifer_p@crane.navy.mil -- Technical Point of Contact: Mr. Paul Miller, Code 4081, telephone (812) 854-6654, email miller_p@crane.navy.mil. Contracting Department Point of Contact is Mr. Paul Miller, Code 1162NP Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. Mr. Johnson's telephone number is 812-854-3225, FAX 812-854-5095 and e-mail address of johnson_p@crane.navy.mil .
Web Link
Click here to review Crane Division Acquisition Department (http://www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20010601/10SOL004.HTM (W-150 SN50N442)

10 - Weapons Index  |  Issue Index |
Created on May 30, 2001 by Loren Data Corp. -- info@ld.com