Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

LONG-RANGE-PRECISION-FIRE (LRPF)/OTHER PROJECTILE – TEST DATA COLLECTION/ANALYSIS"

Process Number W15BW9

USA

Dates:


Notice ID:

W15BW9

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

USA CCDC ARMAMENTS CENTER

Office:

USA CCDC ARMAMENTS CENTER

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 18, 2022

Inactive Policy:

15 days after response date

Initiative:
  • None***--***

Classification:


Product Service Code:

aj14 - general science and technology r&d services; general science and technology; r&d administrative expenses

NAICS Code:

541330 - engineering services

Description:


Original Set Aside:

INTRODUCTION: This is a Sources Sought (SS) being issued by the Army Combat Capabilities Development Command (CCDC), Armaments Center (AC), Munitions Engineering & Technology Center (METC), Fuze and Precision Armaments Directorate (FPAD). This SS requests capability statements from potential contractors, on their ability to perform data collection and analysis on the LRPF portfolio of projectiles, as well as others projectiles. These projectiles contain Radio Frequency (RF) and digital telemetry transmitting sources to include accelerometer, pressure, and various communication devices that link with telemetry receivers, and provide in-flight test data about the rounds performance given environmental conditions and other factors. With respect to this requirement, of particular interest, is the relationship of the fuze with round performance. BACKGROUND: This SS is for test data, collection and analysis supporting the Long Range Precision Fires (LRPF) portfolio, which is a top Army modernization effort. Within that portfolio, information is being specifically requested to support the Precision Guided Munitions Kit (PGK) projectiles. Other projectile rounds may be subject to testing. The LRPF is changing the entire artillery footprint of artillery rounds by allowing for precise engagements, at much further distances, specifically with the Extended Range Cannon Artillery (ERCA), system. The R&D services under this effort stand to allow for acquiring critical data to enhance the technology of various projectile rounds. This effort also requires the knowledge of large mobile trucks and vehicle operations to setup mobile receive stations along the flight path of tested munitions. Operators are required to setup telemetry receive equipment (antennas, linear noise amplifiers) and interface to other government and contractor testing systems. REQUIREMENTS: Responders to this SS notice are asked to provide capability statements with the following information: A narrative explaining the companies, and specific individuals, level of knowledge and experience related to data collection of projectile rounds, specifically the PGK round; A step by step narrative annotating the process for operating the receiver station, which receives data through different frequencies. Responses detailing a high level of thoroughness should include details containing - from entry into the receiving station; turning on all required operating devices; and concluding work after the conduct of projectile testing; The ability to effectively use the receiving station, and adjust frequencies to collect data from rounds in flight using imbedded accelerometers; A narrative explaining risks to the fidelity and validity of the data received during testing, and mitigation strategies prior to testing, along with avoidance procedures; A narrative explaining the companies, and specific individuals ability to use the following test equipment: Telemetry receiver – adjust receiver for fidelity. Oscilloscope; Spectrum analyzers; Digital recording equipment. PERIOD OF PERFORMANCE/CONTRACT TYPE The anticipated period of performance is To Be Determined (TBD). The type of contract is still being contemplated, but both a Cost type, and Firm Fixed price type are currently being considered. It is anticipated that any resultant contract, would be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, where specific test requirements would be specifically annotated at the Task-Order level. The contractor would then bid proposals against the work specified for each task order. A single award is anticipated. ROUGH ORDER MAGNITUDE (ROM) It is requested that a ROM be provided detailing estimated firm-fixed fully burdened labor rates for the labor categories that would be performing the potential work. Assume no other costs in the ROM submission. In considering the term length of a potential contract, the Government is seeking specific information on the willingness to provide firm-fixed labor rate pricing up to sixty (60) months out, or for five (5) years. If unwilling to propose against such a long term-length; what is the maximum length contract that your firm would accept? In addition, provide recommendations on the preferred type of contract, Firm Fixed Price (FFP), or Cost-Reimbursable. NOTICE OF LIABILITY: This is not a formal solicitation. This is a SS for market research purposes. Any response to this SS is at the sole-discretion of the contractor. No remittance payment will be made for any information sent in response to this SS. Information submitted in response to this SS may be used for procurement planning purposes. The information received by the Government will not be released to third parties. For purposes of this SS, ‘third parties,’ is defined as outside the Government. Interested parties should be cognizant of the “beta.sam.gov” portal, and of the acquisition process to ensure responsiveness to any opportunities related to issuance of a formal solicitation. The website for Beta. Sam is as follows - https://sam.gov/. At this time, a formal solicitation is not definitive. All responses to this SS shall be unclassified. ADMINISTRATIVE: Request that all responses include the following information: Full Company Name (Legal Entity): Cage Code: Website (if applicable): Contact Information: Business Size Status. If small, what type of concern? The point of contact for response is Mark P. Zator, DEVCOM AC, METC, FPAD, and Procurement Coordinator. Email address is: mark.zator.civ@mail.mil. Phone is: 973-724-8121.

Attachments / Links:


Document Size Updated date Download

Contact Information:


BLDG 91 4TH AVE

PICATINNY ARSENAL , NJ 07806-5000

USA

Primary Point of Contacts:

Mark Zator

Secondary Point of Contact:

Steve Dicristina