The RFP Database
New business relationships start here

MORTAR FIRE CONTROL SYSTEMS (MFCS) MARKET SURVEY


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

The U.S. Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager for Combat Ammunition Systems (PM CAS) is conducting a Market Survey to identify potential sources that are capable of providing a range of activities to include Mortar Fire Control Systems (MFCS) and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) services.

Hardware MFCS elements consist of the M95/M96 MFCS (Mounted), the M150/M151 MFCS (Dismounted) and similar variants, digital aiming systems and variants, the M32A1/M32A2 Lightweight Mortar Ballistic Computer (LHMBC), which consist of ruggedized military computers, displays (gunners and drivers), power distribution systems, power supplies, inertial navigation units, ruggedized mounts, and ruggedized cables. The Government will provide design information for system hardware and instructions for soldier training with the release of the RFP. A storage facility is required.


M95/M96
The MFCS-M M95/M96 is the Fire Control System for the current 120mm Vehicle Mounted Mortar Systems and FDC vehicles. The M95/M96 is fully integrated into the host vehicle. It provides mortar platoons with accurate, digitally integrated, and responsive indirect fire system capabilities. The capabilities of MFCS-M allow the mortar platoon to attack up to six targets simultaneously. MFCS-M capabilities include position/navigation, weapon pointing (weapon applications only), ballistic computation, and the ability to communicate digitally with present and future digital fire support systems including the Advanced Field Artillery Tactical Data System (AFATDS) via combat-net radios.


M150/M151
The MFCS-D M150/M151 is the Fire Control System for the current M120A1 Towed Mortar System and FDC vehicles. The M150/M151 provides the same functionality of M95/M96 in a ground-mounted configuration. It is an add-on system to fielded mortar systems. It serves as a platoon level digitally integrated fire control system consisting of position/navigation, weapon pointing (weapon applications only), ballistic computation, and digital communication along with providing situational awareness capabilities.


M32 LHMBC
The M32 LHMBC 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. With the LHMBC, soldiers are able to set up a mortar, calculate a fire control solution, fire, and begin redeployment in under one minute. The system can calculate up to six simultaneous missions and three final protective fires, act on priority targets, perform fratricide checks, execute check fire, calculate single safety fan with multiple segments, utilize digital meteorological data, and input/output digital variable message format messages from/to the AFATDS and the Forward Observer System (FOS).


Storage Facility
Storage of MFCS, LHMBC, Government Furnished Equipment, and other systems includes providing a storage facility that can store mortar product for the life of a 5 year contract. The storage facility shall have climate control and be secured and monitored 24 hours per day and 7 days per week. Responsibilities at the Storage Location shall consist of identifying and assembling all items into fielding sets, i.e. assemblies, subassemblies, tools kits, and parts that make up each of the identified systems. Shipping of these products from the storage location will be required.


The Government anticipates awarding a 5-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract (with five one-year ordering periods covering FY21-25 timeframe. Respondents shall address if they can meet all government requirements in this market survey. The Government estimates that approximately 420 Mortar Fire Control Systems, 2790 LHMBC, 1600 Fire Control Computers (FCC), and 800 digital aiming systems may be purchased over a five year period.


Respondents who want to become capable of delivering MFCS, LHMBC and its variants, and digital aiming systems as well as OPNET/MNET services to the Army should be able to demonstrate the following capabilities:
1. Current and/or previous experience with MFCS, LHMBC and OPNET/MNET.
2. System integration, testing, and storage facilities.
3. Supply chain quality assurance, warranty services, and risk management.
4. Tooling, fixtures and production processes to include inspection plans.
5. Experience with the elements of integrated logistics support, especially in support of Army logistics, and Army property and accountability systems.
6. Key personnel descriptions capable in performing effort.


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 until a possible solicitation is formally issued.


Respondents that possess the capabilities listed above may submit their responses to the point of contact listed below. Respondents should only respond to this market survey if they can meet all the requirements listed above.


Request that all interested respondents indicate their size of business (small, small dis-advantaged, or large business).


All submissions are requested to be made electronically and shall be made no later than March 2019. The information shall be sent by electronic mail to mark.t.bobitka.civ@mail.mil. All information submitted will be held in a confidential status. Telephone inquiries will not be accepted. The Government will accept written questions by email. All information is to be submitted at no cost or obligation to the Government.


This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government. 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.


Contracting Office Address: ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000


Mark T. Bobitka, Contract Specialist, Phone 9737245368, Email mark.t.bobitka.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP