M17A1 RAMS
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR Receiver, Radio Firing Device: Nonelectric Blasting Cap Actuating M17A1 Trainer, Receiver, Radio Firing Device: Non-explosive, M85A1 M17A1 Receiver and M85A1/D... SOURCES SOUGHT TECHNICAL DESCRIPTION FOR Receiver, Radio Firing Device: Nonelectric Blasting Cap Actuating M17A1 Trainer, Receiver, Radio Firing Device: Non-explosive, M85A1 M17A1 Receiver and M85A1/Detonator AA&E category III INTRODUCTION The Army Contracting Command - New Jersey Maneuver Ammunition/Close Combat (ACC-NJ-MC) on behalf of The Office of the Project Manager for Close Combat Systems is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to produce the Receiver Radio Firing Device: Nonelectric Blasting Cap Actuating M17A1 and the Trainer, Receiver, Radio Firing Device: Non-explosive M85A1 that is compatible with the Radio Frequency (RF) Remote Active Munition Systems (RAMS) transmitter which is part of Remote Activation Munition System firing device. The M17A1 expendable receiver upon receipt of the coded signal from the transmitter, initiate a high order detonation of the charge being primed with the device such as explosive charges, demolitions and munitions system. The systems explosive interface/output is designed to be compatible with existing or fielded charges/munitions with cap wells. The M17A1 receiver/detonator is a one-time use device/item of supply. The M17A1 receiver, upon receipt of the programmed signal from the MK26 transmitter, produces an explosive output capable of detonating a supplied explosive lead filled with secondary explosive, or the M7 Non-Electric Blasting Cap. The explosive lead or M7 Blasting Cap attaches to the output assembly with the attached stem nut. The stem nut is equipped with standard priming adapter male-threaded protrusion so the M17A1 receiver may be easily connected to most standard demolition charges and devices with cap wells. The M17A1 receiver system modes are program, test, and fire. The arming switches allow the user to arm the M17A1 receiver which starts a five minute safe separation time (arming delay). During the arming cycle, the M17A1 receiver will not function until the five minute safe separation time (arming delay) has elapsed. The M17A1 receiver weighs approximately 0.8 lb. (0.36 kg) with battery installed. Six M17A1 and twelve explosive leads are packaged in a PA108 metal container, and one PA108 metal container per wirebound box. The M85A1 training receiver is an inert functional training device, designed to replicate the functions of the M17A1 receiver. The M85A1 training receiver has no explosive materials or internal fireboard, and is not capable of initiating explosives. During training, the M85A1 training receiver is capable of being remotely activated in the classroom or in the field by the transmission from the MK26 Transmitter. Any programmed M85A1 training receiver will electronically decode a fire signal received from the MK26 Transmitter and produce an output signal indicated by the blinking of the output assembly (stem nut). The blinking light simulates blasting cap initiation. The M85A1 training receiver is not a separate item of issue. The training kit consists of two M85A1 training receivers, four inert leads, two instruction sheets, one stem tool, two antenna wires, and four spare trainer stem housing assemblies packed in a PA108 metal container. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND RAMS provides remote, untethered Non Line Of-Sight (NLOS) demolition initiation capability for soldiers with demolition missions. This system provides the capability to remotely initiate demolition charges and munitions by propagating a signal wirelessly over great distances in order to deliver a desired effect. RAMS significantly lightens the load the soldier has to carry by reducing the need for long transmission lines when employing demolitions charges/munitions. The Radio Frequency receiver/detonator is a small, lightweight, man-portable, and the build to print tactical receiver, is capable of operating in all geographical areas, weather conditions, and hostile battlefield conditions which may include electronic countermeasures, smoke, dust, NBC attack. A required inert functional trainer will be an identical replica of tactical systems sans the explosive output to be used as a class room training device. REQUIRED CAPABILITIES The Government seeks a source to manufacture the build to print Receiver Radio Firing Device: Nonelectric Blasting Cap Actuating M17A1 and the Trainer, Receiver, Radio Firing Device: Non-explosive M85A1. The M17A1 and M85A1 shall only be programmed by and accept the unique transmission codes of the RAMS transmitters. These unique and common codes will be field programmable from the transmitter to the receivers. The M17A1 receiver is a hand emplaced item and therefore is equipped with Electronic Safing & Arming (ESA) that meets Army fuze safety standards. The safety of the M17A1 receiver is designed through the architecture of the ESA. The primary function of the ESA is to provide a 5-minute safe separation time after arming the receiver. The safe separation time will ensure the receiver is not inadvertently fired when the operator is within the required minimum safe distance. The tactical receiver must withstand the impact and rigors of combat operations when a soldier conducts Individual Movement Techniques and be capable of assembly at the mission site and be fully operational. The intent of this sources sought is to identify sources and make an assessment of their capability to meet this requirement. Specifically the requirement encompasses the manufacture, assembly, inspection, testing, packaging and delivery of M17A1 receiver and its inert functional trainer, M85A1 in accordance with a Government Technical Data Package (TDP) and specification. The official nomenclatures are as follows: Receiver Radio Firing Device: Nonelectric Blasting Cap Actuating M17A1 (NSN 1375-01-600-4645) and Trainer, Receiver, Radio Firing Device: Non-explosive M85A1 (NSN 6920-01-656-2648). Respondents to this market survey must demonstrate that they have adequate technical and manufacturing capability and the relevant experience in the explosives processing (load, assembly handling and storage) industry. Respondents to this market survey must have capable and available manufacturing and technical support staff with the requisite skills, as well as the production facilities, to manufacture and test communication type electro-mechanical assemblies/subassemblies, to include the ability to assemble, test, and troubleshoot ESA circuits including its mechanical interfaces. Respondents must have the experience and processes in place for conducting and reporting Failure Reporting/Failure Analysis and Corrective Action implementation on mechanical and electronic assembly and subassembly failures. The respondent must also show their capability and experience in parts obsolescence used to identify single point failures for materials and suppliers. Interested companies who feel they have the necessary support staff with technical skills as well as the production facilities to manufacture, produce, inspect/test, load, assemble, and package this item can respond by providing the Government the following information: description of their production facilities to include capability and experience to, inspect/test, and package this item; estimated minimum and maximum monthly rates/quantities for production, inspection, assembly, test and package. Identify production capacity to include minimum and maximum shifts (1-8-5), (2-8-5), (3-8-5) and max (3-24-7). If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate their ability to obtain those resources in a timely fashion by providing their short term and long term plans to acquire additional resources. Also a brief summary of the company's technical and support staff skills. Should a respondent choose to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors shall also meet these criteria. Qualification. Not Applicable SPECIAL REQUIREMENTS None ELIGIBILITY The applicable NAICS code for this requirement is 334220 "Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing" with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1346. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Evangelina C. Tillyros, in either Microsoft Word or Portable Document Format (PDF), via email Evangelina.c.tillyros.civ@mail.mil. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Email submittals must be restricted to a maximum file size of 8MB and should be in MSword or PDF format. In the event that the email submission is larger than 8MB, separate into several emails. Telephone responses will not be accepted. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Tailored capability statements should include the following information regarding the offerors relevant capabilities, to include a description of facilities, personnel, and technical and manufacturing capabilities. Respondents should also state whether they are currently, or have in the past, manufactured this or similar items. Additionally, respondents should address if manufacturing resources would be shared with other items/production lines, and if so, what the impact might be on production of this item. All respondents to this market survey should show they have the necessary certifications to receive export-controlled technical data, handle Limited Distribution D drawings (Distribution authorized to the Department of Defense (DoD) and U.S. DoD Contractors only) and must have a facility clearance to handle classified material. If a respondent does not currently have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must detail plans to obtain those resources in a manner that wouldn't adversely impact execution of the contract effort. This market survey is for information and planning purposes only, it does not constitute a Request for Proposal (RFP) or an obligation on the part of the Government. It is not to be construed as a commitment by the U.S. Government. Responses to this market survey are not proposals and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This notice shall not to be construed as a commitment of any kind by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a separate solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The information provided will not be returned. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The U.S Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. ***The purpose of Amendment 01 is to extend the response date from 25 February 2019 to 14 March 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »