Multi-Mode Armament System-Active Protection System (MMAS-APS)
Request for Information (RFI) Multi-Mode Armament System-Active Protection System (MMAS-APS) NAICS: 334511 Introduction The U.S. Army Contracting Command (ACC) - New Jersey 07806-5000, in support of t... Request for Information (RFI) Multi-Mode Armament System-Active Protection System (MMAS-APS) NAICS: 334511 Introduction The U.S. Army Contracting Command (ACC) - New Jersey 07806-5000, in support of the Combat Capabilities Development Command (CCDC) Armaments Center, is conducting a market survey to understand industry capability to provide a vehicle-based tracking and fire control sensor capable of providing fire-control quality data to a hard-kill countermeasure (HKCM) system. This will enable the defeat of threats at a standoff distance that reduces or mitigates collateral damage risk to dismounted soldiers. This requires tracking of small projectiles, RPGs, anti-tank guided missile (ATGM), Kinetic Energy (KE) weapons, small Unmanned Aircraft System (UAS) and/or Sensor-fused Munitions, etc. The tactical fire control sensor (including but not limited to radar, Electro-Optical/Infra-Red (EO/IR), active/passive) would be vehicle mounted (configurable to be mounted onto Army Ground Combat vehicles including High Mobility Multipurpose Wheeled Vehicle (HMMWV), Bradley, Stryker, Abrams, Joint Light Tactical Vehicle (JLTV), and next generation combat vehicles). It must be small, lightweight, affordable, and would be suitable for stationary and on-the-move operations. As a result of issuing this Request for Information (RFI), the Government is requesting to receive white papers describing proposed concepts and technologies. The RFI responses should identify sensor designs that will support the Armaments Center system concept and include a credible development path, with estimates provided on costs and timeline. The subject matter may be considered a "critical technology" and therefore, subject to ITAR restrictions. Threshold Requirements -Ability to detect and track multiple inbound and outbound targets while on the move. -Ability to simultaneously detect and track inbound threats at a range between 50m and 2km, as well as outbound projectiles used for engagements. -Track accuracy should be sufficient to provide fire control quality data to HKCM enabling the defeat of threats. -Must detect and track target classes to include small-Radar cross-section (RCS) classes of targets, Rockets, Artillery, and Mortars (RAM), Rocket propelled grenade (RPG), Anti-Tank Guided Missiles (ATGM), and kinetic energy weapons. -Sensor coverage should be hemispherical (360-degree azimuth coverage, 0-90 degree elevation coverage). -Must be able to operate with real-time search-quality cues from external sources to the vehicle. Vendors should define or parameterize the external surveillance cue basket required to enable rapid/efficient track acquisition. -Must communicate target data to an external system in real-time. -Ability to become Modular Active Protection System (MAPS) and Modular APS Framework (MAF) compliant. Objective Requirements - When operating without an external real-time surveillance cue, solutions should include an independent capability to detect the threat and provide the required cue. -Ability to provide command guidance to a munition-based or other counter-measures. -Provide position, velocity, time (PVT), and information to closed loop Fire Control System (FCS). Response Scope Responses shall be provided in whitepaper format, limited to 30 pages in length. Responses should include a 1-page executive summary. Response scope should include systems that are at a Technology Readiness Level of 5 or 6, and should include assessments of TRL and justification. Responses may also include concepts and development paths to improve sensor capability that is not yet at the TRL 5/6 level and show detailed path towards TRL 6. Responses should include sensor performance predictions and an assessment of all technical risks. (Such as Blake charts for radar and technical description for EO/IR). Projections for developmental and production cost, down to the major sub-system level, and risk, should be included. The cost for a complete tech data package should be estimated. Opportunities for cost reduction in development and/or production should be identified. Information to enhance the credibility of performance and cost projections should be included. This information could be in the form of: previous design results, past test performance, modeling and simulation, live fire test data results, laboratory data and existing cost data on programs or production systems. Responses should also note available prototype hardware/software systems that are ready for near term live fire testing to verify performance and collect data for system development and improvement. Requirements that are major hurdles should be identified, with recommendations for technical mitigations where appropriate. In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large) per the listed NAICS and Cage Code. Response Instructions This market survey is for information and planning purposes only; it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment 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 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. The Government is not obligated to notify respondents of the results of this survey. The information must be submitted within thirty calendar days from the date of this publication to: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Kelly lynch, Contract Specialist, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: kelly.a.lynch21.civ@mail.mil . Phone inquiries will not be addressed; all requests and technical questions should be submitted in writing via email. Responses to all questions will be provided. However, the Government reserves the right to supply any questions/answers that have impact on the RFI itself to third parties.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »