Remote Weapon Systems

expired opportunity(Expired)
From: Federal Government(Federal)
W15QKN

Basic Details

started - 16 Nov, 2020 (about 3 years ago)

Start Date

16 Nov, 2020 (about 3 years ago)
due - 11 Dec, 2020 (about 3 years ago)

Due Date

11 Dec, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W15QKN

Identifier

W15QKN
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE ARMY (132650)AMC (72439)ACC (74806)ACC-CTRS (32806)ACC-NJ (4372)W6QK ACC-PICA (4361)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Draft Technical Data Package, Performance Specs and Statement of Work ReleaseThe Army Contracting Command – New Jersey (ACC-NJ), on behalf of Project Manager Soldier Lethality, has a requirement to support new and existing Remote Weapon Systems (RWS) requirements and continue to support the existing fielded Common Remotely Operating Weapon Station (CROWS).  CROWS is to be procured under this acquisition. The program will support new and emerging customer requirements to include RWS variants such as Abrams Low Profile, Navy Mk-50, United States Marine Corps (USMC) Amphibious Remote Weapon Station (ARWS) and Stryker.  This acquisition will also include requirements for spare parts, conversions, engineering support, and logistics services as detailed below:Systems: Systems will include firm-fixed pricing for the production of current and future RWS. There is a separate Line Item Number (LIN) for each current variant of RWS. If a new RWS is developed under this contract, its firm-fixed
price will be modified onto the base contract.The CROWS provides the capability to remotely aim and fire a suite of Crew Served Weapons (CSW).  The CROWS is capable of mounting on a variety of existing and future combat platforms.  The CROWS consists of a remotely operated and fully stabilized weapon station that can mount and operate on a variety of CSW including, at a minimum, the Mk19 40mm Grenade Machine Gun, Mk47 40mm Grenade Machine Gun, M2HB 50 cal. Machine Gun, M240 7.62mm Machine Gun and the M249 5.56mm Squad Automatic Weapon.  The CROWS is controlled via a remote display and control grip allowing the operator to slew and point the CROWS in order to view and engage threats in day and night conditions while stationary or on the move.  CROWS have robust safety checks and diagnostics built in to assure CROWS safety and meet U.S. military operational safety requirements.  The CROWS has the ability to accommodate platform specific traverse and firing inhibits for platform unique characteristics.  The weight, power and space claim of the CROWS will be limited to accommodate platform integration of current and emerging requirements.  In support of CROWS manufacturing sources shall be capable of managing an extensive supplier base to effectively and efficiently provide a flexible production capability that can easily adapt to changes in production rates and configurations.  It is anticipated that production rates will scale up to 50 CROWS/month with a 6 month production lead time (the actual requirement may be a combination of new CROWS and overhauling existing CROWS), depending on the requirements and resources available.  In addition to new production, sources shall have the ability to overhaul previously fielded CROWS to include cleaning, repair of broken components, replacement of lost parts, and final inspection.  It is expected that sustainment activities for approximately 12,000 CROWS will require some or all of the following: depot repair facility (with a 90 day turnaround time), Field Service Representatives, spare parts, obsolescence management and special tools.  Engineering support shall be available, as required, for product improvements, root cause analysis, production support and other activities on a per task basis with a Firm Fixed Price (FFP). Kits: Kits will include firm-fixed pricing for Kits of ancillary RWS equipment such as the Weapon Adaptation Kits for additional weapons like the Mk47 and Javelin, different variants of the Control Grip, and Operator Standoff Extender Kit. There is a separate LIN for each Kit. If a new Kit is developed under this contract, its firm-fixed price will be modified onto the base contract.Shop Replaceable Units (SRU): SRU are lower level components of the RWS that are required for depot level repairs. SRU will include firm-fixed pricing for components ranging from nuts and bolts to circuit card assemblies, motors and gears. There is a separate LIN for each SRU. If a new SRU is developed under this contract, its firm-fixed price will be modified onto the base contract.Line Replaceable Units (LRU): LRU are higher level components of the RWS that are required for replacement spare parts during fielding. The US Army’s Tank and Automotive Command (TACOM) also purchases these spares to stock the Army’s spare part supply system. LRU will include firm-fixed pricing for spares such as day and thermal cameras and main processing units. There is a separate LIN for each LRU. If a new LRU is developed under this contract, its firm-fixed price will be modified onto the base contract.Kit Spares: Kit Spares are required for replacement Kit Spare parts during fielding of ancillary RWS equipment. The US Army’s Tank and Automotive Command (TACOM) also purchases Kit Spares to stock the Army’s spare part supply system. Kit Spares will be firm-fixed price. There is a separate LIN for each Kit Spare. If a new Kit Spare is developed under this contract, its firm-fixed price will be modified onto the base contract.First Article Test (FAT): FAT includes firm-fixed pricing for initial FAT units and FAT performance. The quantities, tests and performance parameters are defined in the detailed specifications. During the life of the contract, the Government may require subsequent FAT in case there is a gap in production or a change in place of manufacture. If a new RWS is developed under this contract, its corresponding firm-fixed price for FAT will be modified onto the base contract.Field Service Technicians (FST) Support: FST will be sent to a stated location for a specified duration to provide field level repairs, system installation, and/or operator training services. FST services will utilize firm-fixed price hourly rates established on the base contract, but the amount of labor hours will be negotiated on a case by case basis. Travel costs will utilize Time & Material (T&M) LINs because location and duration are subject to change and cannot be reasonably estimated.Engineering Services: Engineering Services will be required for non-recurring engineering design efforts such as introducing new configurations of RWS, integrating new sensors, weapons, new effectors on the RWS, and integrating RWS on new platforms. Engineering services will utilize firm-fixed price hourly rates established on the base contract, but the amount of labor hours and possibly material will be negotiated to establish a total firm-fixed price on a case by case basis.Depot Labor: During the life of the contract, RWS used in the field will require repair and replacement as a whole or of its LRU. Damaged and malfunctioning RWS and LRU will be sent from the field to the Contractor’s facility. This service will require a diagnosis of the problem(s) and then a subsequent repair or replacement. Additionally, a reassembly or paint touch-up may be required. The replacement items will be required to go through testing to verify their safety and functionality before being placed back into service. Depot Labor will utilize T&M LINs because it is not possible to predict the repair or replacement required in advance. However, the basis for the costs will utilize pre-negotiated hourly rates established on the base contract as well as the firm-fixed prices for the LRU and SRU replacements and parts noted above.The Technical Data Package (TDP) for the CROWS, a variant of RWS, is owned by the incumbent and licensed to the Government.  For purposes of this license, a royalty of $10,000 for each new system will be added to non-licensors’ proposals’ total evaluated prices, but not to the contract price, if a non-licensor is awarded the contract.  This royalty applies only to complete systems, and not to spares, repairs, conversions/overhauls, or engineering services.With this announcement, the Government will provide Offeror(s) with the Draft Technical Data Package (TDP), which consists of; detailed drawings, interface control documents, performance specifications (system and selected parts) and other available documentation which will describe the requirements and current CROWS designs. This TDP is export controlled which may require appropriate approvals to allow Contractors and their suppliers to share part or all of the information required to perform their tasks.  Software management of CROWS will be the responsibility of the US Government and will not be shared with contractors.  Contractors will be provided “executable code” required to operate the CROWS.  Upon receipt of the required documentation and approvals, the Draft TDP, Performance Specs, and Statement of Work, will be sent utilizing the DoD Secure Access File Exchange (SAFE) website.Requests for unclassified limited distribution technical data that is export-controlled shall be submitted in writing using AMSTA-AR Form 1350 Technical Data Request Questionnaire (Attachment 0001).  Prior to release of the data, the Government shall also be provided a copy of the requester’s DD Form 2345 Militarily Critical Technical Data Agreement (Attachment 0002), certified current by the U.S. and Canada Joint Certification Office (JCO).  In addition, the requester must submit a fully executed Non-Disclosure(s) and Non Use Agreement(s) to be provided upon request.This announcement serves as notification that export control procedures regulated by the International Traffic in Arms Regulations (ITAR) are in effect on the above stated data. Offerors that are interested in receiving this data must be in compliance with the ITAR and possess the proper authorities to receive this data and are encouraged to do so as soon as possible. The data will be marked Distribution Statement B Distribution authorized to U.S. Government agencies only. All other requests for this data shall be referred to Project Manager Soldier Lethality.  Foreign vendors and contractors shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. Contractors may consult with the Department of State regarding any questions relating to compliance with the ITAR and may consult with the Department of Commerce regarding any questions they may have relating to compliance with the Export Administration Regulation (EAR). Please reference the following link consulting these regulationshttp://www.pmddtc.state.gov/compliance/.  It is the Contractor’s responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided above.The present schedule projects a release of a complete draft solicitation Q2FY2021.An Industry Day is planned for Q2FY2021 timeframe.  An RSVP to the Industry Day is required in writing to the POCs identified below no later than 11 December 2020.  Please note it is possible that each offeror may be limited to a certain number of people to attend an in-person portion of Industry Day due to current COVID-19 restrictions.  In order to attend the Industry Day the Offeror must have previously submitted all documentation required to obtain the TDP, Performance Specifications and Statement of Work and must adhere to all COVID-19 Protocols. All responses to this notice shall be in writing in the English language and be at no cost or obligation to the U.S. Government. The POC for this action can be contacted at Department of the Army, Army Contracting Command – New Jersey. ATTN: Angelica Merino, ACC-NJ-SL, Bldg. 9, Picatinny, NJ 07806-5000; Christina Makhijani, ACC-NJ-SL, Bldg. 9, Picatinny, NJ 07806-5000: email: usarmy.pica.acc.mbx.crows-team@mail.mil. Telephone inquiries WILL NOT be accepted.

KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD  PICATINNY ARSENAL , NJ 07806-5000  USALocation

Place Of Performance : KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD PICATINNY ARSENAL , NJ 07806-5000 USA

Country : United StatesState : New Jersey

You may also like

Long Range Thermal Imaging Module for Remote Weapon Systems

Due: 23 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

SST IU Interface Unit (SST Tester), Electronic, F-16 Weapon System

Due: 09 May, 2024 (in 19 days)Agency: DEPT OF DEFENSE

Dual Weapon Simulator Module (DWSM) Circuit Card Evaluation and Repair

Due: 22 Apr, 2024 (in 2 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 332994Small Arms, Ordnance, and Ordnance Accessories Manufacturing
pscCode 1090Assemblies Interchangeable Between Weapons in Two or More Classes