Inactive
Notice ID:W15QKN-19-R-07IM
The U.S. Army Contracting Command-New Jersey (ACC-NJ) on behalf of the Office of the Project Manager for Combat Ammunition Systems (PM CAS) both located at Picatinny Arsenal, New Jersey is conducting ...
The U.S. Army Contracting Command-New Jersey (ACC-NJ) on behalf of the Office of the Project Manager for Combat Ammunition Systems (PM CAS) both located at Picatinny Arsenal, New Jersey is conducting market research to identify additional qualified sources capable of producing, delivering, and fielding Mortar Fire Control System-Mounted (MFCS-M), Mortar Fire Control System-Dismounted (MFCS-D), and the Lightweight Handheld Mortar Ballistic Computer (LHMBC) components. Fielding activity includes shipping from origin to a military unit, de-processing and installation, hand-off, and training to the unit. The purpose of this market survey is to obtain potential sources in addition to the current producer to produce, deliver, and field an estimated maximum quantity of up to: • 176 MFCS-M systems at a rate of 18 per month • 19 MFCS-D systems at a rate of 3 per month • 383 Fire Control Computer II at a rate of 50 per month • 12 Fielding Activities per year MFCS-M consists of the M95 and M96 variants. The M95 is mounted in the M1064 mortar carrier. It provides position/navigation, weapon pointing, ballistic computations, and digital communications with the M96 Fire Direction Center (FDC). The M96 FDC provides technical and tactical control of up to eighteen M95 systems. It enables the mortar platoon to engage multiple targets simultaneously and the ability to communicate digitally with the Fire Support Element and Tactical Operation Center via Fire Support Network. MFCS-D consists of the M150 and M151 variants. The M150 is on M120A1 Towed Mortar System. It provides the same functionality as the M95 to the 120mm towed mortar. The M151 FDC provides the same functionality as the M96. The LHMBC M32 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. To be considered a capable source for this effort, all interested sources shall submit the following information: a. Identify their projected monthly delivery capability for the M95/M96, M150/M151, and M32 components AND address their capability to consistently meet the Government's required monthly production and monthly delivery rates. Deliveries for the each of the items will begin no later than July 2021 with Fielding Activities due in August 2021 at the rates identified above; b. A summary of their company's capabilities including organizations name, address, point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code; c. A description of facilities/equipment, manufacturing process, inspection capability, personnel, past experience with mortar fire control production, delivery, and fielding, proven monthly production capacity and/or potential capability, possible partnering/teaming arrangements, and whether the company is a small or large business; d. Evidence of Quality Assurance in order to support this production program. The respondent should provide sufficient detail to the U.S. Government so as to make a reasonable assessment on the capability to deliver these items at the required rate. All interested contractors must be registered in the System for Award Management (SAM). 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 technical data package (TDP) will not be available for this market survey. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the United States Government (USG). No award will be made as a result of this market survey. The USG will not pay for any information submitted nor for any costs associated with providing this information. Interested sources shall provide all information requested in this notification within fifteen (15) calendar days from the date of this notice by electronic mail (e-mail) only. All information submitted to this request will be held in a confidential status. The USG is not obligated to notify respondents of the results of this market survey. The maximum allowable page limit to the market survey response shall be no more than 15 pages in length. The requested information should be sent to Mark Bobitka at mark.t.bobitka.civ@mail.mil. All inquiries shall be made via e-mail ONLY, telephone inquiries will not be accepted.