The RFP Database
New business relationships start here

M4A1 SELECTABLE LIGHTWEIGHT ATTACK MUNITION (SLAM)


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT TECHNICAL DESCRIPTION
FOR
M4A1 SELECTABLE LIGHTWEIGHT ATTACK MUNITION (SLAM)


W15QKN-18-X-01HF


INTRODUCTION:


The U.S. Contracting Command - New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Product Manager - Close Combat Systems (PM-CCS), is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and capability of manufacturing and delivering the M4A1 Selectable Lightweight Attack Munition (SLAM) and the M320A1 SLAM Improved Functional Trainer (SIFT) Kit.


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. Multiple awards may be made. 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/SYSTEM DESCRIPTIONS:


1. M4A1 SLAM is a multipurpose, one-shot, anti-materiel/demolition device, compact, lightweight munition with anti-disturbance and self-destruct features. The M4A1 SLAM operates in four (4) different modes: Bottom Attack (Magnetic), Side-Attack (Passive Infrared), Time Demolition, and Command Detonation (Blasting Cap). The M4A1 SLAM is designed to be readily portable and hand emplaced against lightly armored infantry vehicles, parked aircraft, wheeled or tracked support vehicles, and ammunition or Petroleum, Oil and Lubrication (POL) storage sites. The M4A1 SLAM includes magnetic and Passive Infrared sensors, munition controls, electronic packaging, and an EFP (Explosively Formed Penetrator) warhead. Initial deliveries are anticipated to begin approximately 18 months after award, with an initial buy of approximately 3,000 SLAMs, requiring at minimum, fabrication, validation and testing the Circuit Card Assemblies (CCA), Safe and Arming (S&A) Assemblies, Type 10 Warhead Assemblies, Type 9 Base and Cover (B&C) Assemblies, and M4A1 SLAM Assembly to meet all Technical Data Package (TDP) requirements.


2. The M320A1 SLAM Improved Functional Trainer (SIFT) is a compact, lightweight interactive trainer with an anti-disturbance feature. The M320A1 SIFT replicates the same size and shape as the SLAM M4A1. This M320A1 SIFT is totally inert and is powered to provide feedback to the user and trainees through the use of two Light Emitting Diode (LED) lights and a buzzer. The LED light conditions whether flashing or color, or internal buzzer, indicate current M320A1 SLAM status, errors or detonation. The device has the same sensor and timing functionality as the tactical M4A1 SLAM. The controls, functions, and external interfaces of the SIFT trainer are identical to the M4A1 SLAM except for the warhead and explosive firing train. At this time quantities are unknown.


GENERAL INFORMATION:


It is anticipated that any resultant contract would address five (5) years of Government requirements. A respondent to this survey should demonstrate adequate technical and manufacturing capability along with successful experience in the explosives processing industry. A respondent to this market survey must currently exhibit or be able to obtain the skills and facilities required to manufacture and supply these items.


REQUIRED CAPABILITIES:


The Government requires the manufacture, inspection, testing, and delivery of these items/systems in accordance with the Government owned Technical Data Package (TDP) and Product Specifications/Descriptions as applicable. Capabilities must include experience and facilities for development, laboratory and field-testing, including infrared and magnetic signature testing, and fabrication of the electronic and mechanical assemblies similar to the M4A1 SLAM. Potential prime contractor must show the capability and past experience working with sensor technology, electronic circuitry, crystals, and fuzing technology similar to the M4A1 SLAM. The offeror must have facilities to store the High Explosive (HE) and Ammunition, Arms, and Explosives (AA&E) Category II. Some of the information related to the infrared and magnetic sensors is classified "Secret". Therefore the offeror must provide evidence that they have necessary facilities to store secret information and key individuals must possess "Secret" security clearance. Respondents should also address their ability to perform prototype development and fabrication, failure analyses and corrective actions of electronic and mechanical assemblies containing explosives, manufacturing and assembly operations; quality control, storage on components, assemblies and explosives; to perform Load Assemble and Pack (LAP) operations; minimum/maximum production quantities; and ability to create precision EFP liners and warheads. Provide descriptive literature to substantiate your ability to meet all of the above requirements. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they must be able to demonstrate their ability to obtain those resources without significant delay.


TECHNICAL DATA PACKAGES/SPECIFICATIONS:


For the purposes of this market research, TDPs and Product Specifications/Descriptions will be made available to assist in responding to this survey. Request for the technical data must be made through electronically through the contracting Point of Contact (POC), Mr. Tyler Fulper at (tyler.w.fulper.civ@mail.mil) following the instructions provided below, however, respondents will not be precluded from submitting their capabilities/qualification data and any pertinent information if the TDP is not obtained.


Respondents who request and receive TDPs/Specifications shall destroy them in accordance with DoD 5220.22-M or DoD 5200.1-R upon the Closure of Market Survey.


To obtain copies of the TDP and Product Specifications/Descriptions, interested parties must submit the following:


a) E-mail the requester's DD Form 2345 Military Critical Technologies Data Agreement, certified current by the U.S. and Canada Joint Certification Office (JCO).
b) E-mail the completed AMSTA-AR Form 1350 Technical Data Request Questionnaire
c) Email the fully executed Non-Disclosure and Non Use Agreement.


ELIGIBILITY:


The applicable 2017 North American Industrial Classification System (NAICS) code for this requirement is 325920 - Blasting accessories (e.g., caps, fuses, ignitors, squibbs) manufacturing with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 1375 - Demolition Materials. Please indicate your organization's Small Business status including certification of HUBZone, Veteran Owned and Woman Owned status in your response.


SUBMISSION DETAILS:


Interested companies who have the necessary capabilities should respond by submitting the following information: 1) a brief summary of your company's capabilities to include a description of your company's facilities, personnel, and past manufacturing experience (for like or similar items); 2) business size information as it applies to NAICS Code 325920; 3) estimated maximum monthly production quantities (identify if manufacturing resources required to produce these items are shared with other items/production lines); 4) Minimum Procurement Quantity (MPQ) required for economical production.


The Government is contemplating the following quantity ranges and is seeking input from industry regarding the most advantageous quantity ranges:


M4A1 SLAM quantity ranges:
100 - 249
250 - 999
1000 - 1999
2000 - 2999
3000 - 4000


M320A1 Kit quantity ranges:
20 - 49
50 - 125
126 - 250
251 - 351


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, tyler.w.fulper.civ@mail.mil, in either Microsoft Word or Portable Document Format (PDF), via email no later than 3:00 p.m. Eastern Standard Time (EST) on 08 March 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the email submission is larger than 8MB, separate into several emails or contact the contract specialist for additional instructions. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


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, website 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.


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.


Tyler W. Fulper, Phone 9737241871, Email tyler.w.fulper.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP