Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

12 -- Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services

Notice Date
1/13/2021 11:39:12 AM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-R-0041
 
Response Due
2/3/2021 12:30:00 PM
 
Archive Date
02/18/2021
 
Point of Contact
Michael W. Samra, Phone: 9737243965, Michael J. Gomez
 
E-Mail Address
michael.w.samra.civ@mail.mil, michael.j.gomez50.civ@mail.mil
(michael.w.samra.civ@mail.mil, michael.j.gomez50.civ@mail.mil)
 
Description
The U.S. Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager for Combat Ammunition Systems (PM CAS) is conducting a Market Survey to identify potential sources that are capable of providing a range of activities to include but not limited to Mortar Fire Control Systems (MFCS) hardware procurement, warehousing, engineering services, Operator New Equipment Training (OPNET), and Maintainer New Equipment Training (MNET) services.� Hardware MFCS elements consist of the M95/M96 MFCS (Mounted), the M150/M151 MFCS (Dismounted) and future variants, the digital aiming systems and variants, the M32A1/M32A2 Lightweight Mortar Ballistic Computer (LHMBC) which consist of ruggedized military computers, displays (gunners and drivers), power distribution systems, power supplies, inertial navigation units, ruggedized mounts, and ruggedized cables. The Government will provide Technical Data Package (TDP) for system hardware and sample of Program of Instructions for New Equipment Training with the release of the Request for Proposal. A secured storage facility of 10,000 square feet minimum is required. M95/M96 MFCS- Mounted The MFCS Mounted (MFCS-M) designate as M95/M96 is the Fire Control System for the current 120mm Vehicle Mounted Mortar Systems and Fire Direction Center (FDC) vehicles.� The M95/M96 is fully integrated into the host vehicle.� It provides mortar platoons with accurate, digitally integrated mortar, and responsive digitized indirect fire system capabilities.� MFCS-M capabilities include weapon platform position with navigation capability, weapon pointing information, weapon�s ballistic solution computation, and the ability to communicate digitally with present and future digital fire support systems including the Advanced Field Artillery Tactical Data System (AFATDS) and Forward Observer System (FOS) via combat-net radios.� M150/M151 MFCS-Dismounted The MFCS Dismounted (MFCS-D) designated as M150/M151 is the Fire Control System for the current M120A1 Towed Mortar System and FDC vehicles.� The M150/M151 provides the same fire control functionality as of the M95/M96 but for a dismounted 120mm mortar configuration.� M32/M32A1 LHMBC The M32 LHMBC provides warfighters the ability to compute fast and accurate ballistic solutions for the entire family of fielded U.S. mortars (60mm, 81mm, and 120mm mortar systems) and their complete inventory of ammunition.� With the LHMBC, soldiers are able to set up a mortar, calculate a fire control solution, fire, and begin redeployment in under one minute.� The system can calculate up to six simultaneous missions and three final protective fires, act on priority targets, perform fratricide checks, execute check fire, calculate single safety fan with multiple segments, utilize digital meteorological data, digitally communicate and receive call for fire from with the AFATDS and FOS.� Storage Facility Storage of MFCS, LHMBC, Government Furnished Equipment, and other systems includes providing a storage facility that can store mortar product for the life of a 5 year contract. The storage facility shall have climate control and be secured and monitored 24 hours per day and 7 days per week. Responsibilities at the Storage Location shall consist of identifying and assembling all items into fielding sets, i.e. assemblies, subassemblies, tools kits, and parts that make up each of the identified systems. Shipping of these products from the storage location will be required. The Government anticipates awarding a 5-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract (with five one-year ordering periods covering FY23-27 timeframe. Respondents shall address if they can meet all government requirements in this market survey. The Government estimates that approximately 48 Mortar Fire Control Systems, 1700 LHMBC Basic Issue Items, and 800 digital pointing devices may be purchased over a five year period. Respondents must be capable of delivering MFCS, LHMBC and its variants, and digital pointing devices as well as Engineering/OPNET/MNET/Warehousing services to the Army. Respondents should be able to demonstrate the following capabilities: Current and/or previous experience with MFCS, LHMBC and Engineering/OPNET/MNET services. System integration, testing, and storage facilities. Supply chain quality assurance, warranty services, and risk management. Qualify vendor and sub-vendor for quality production processes to include inspection plans to successfully support Army�s objectives. Experience with the elements of integrated logistics support, especially in support of Army logistics, and Army property book and accountability systems. Key personnel descriptions capable in performing effort. Technical data for all systems listed above are marked Distribution D, therefore data distribution will only be authorized to the Department of Defense (DoD) and its DoD contractors. The TDP will not be available until a RFP solicitation is formally issued. Respondents that possess the capabilities listed above may submit their responses to the point of contact listed below.� Respondents should only respond to this market survey if they can meet all the requirements listed above. � Request that all interested respondents indicate their size of business (small, small dis-advantaged, or large business). All submissions are requested to be made electronically and shall be made no later than 03 February 2021.� The information shall be sent by electronic mail to michael.w.samra.civ@mail.mil.� All information submitted will be held in a confidential status. Telephone inquiries will not be accepted. The Government will accept written questions by email. All information is to be submitted at no cost or obligation to the Government. The market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/522f44e902d14a0794f77b37e30eeb42/view)
 
Record
SN05891666-F 20210115/210113230108 (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.