The RFP Database
New business relationships start here

Market Research for Stryker Family of Vehicles Medium Caliber, Direct Fire Lethality Upgrade


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

1. PROGRAM: PROJECT MANAGEMENT OFFICE STRYKER BRIGADE COMBAT TEAM (PMO SBCT)


2. SUBJECT: MARKET RESEARCH FOR THE STRYKER FAMILY OF VEHICLES (FoV) IN THE AREA OF MEDIUM CALIBER DIRECT FIRE LETHALITY FOR BOTH THE STRYKER FLAT BOTTOM CHASSIS AND THE DOUBLE V HULL (DVH) CHASSIS

3. DESCRIPTION AND BACKGROUND:


This Request for Information (RFI) will focus on a medium caliber, direct fire, and turreted capability for both the Stryker Flat Bottom chassis and the DVH chassis. PMO SBCT is anticipating that the next major upgrade to the Stryker FoV will focus on lethality improvements. The upgrades will also allow the Stryker FoV to sense threats earlier and destroy enemy targets at greater range.

Since the Stryker was based on an existing vehicle system design (Light Armor Vehicle or LAV Ill) that was developed at private expense, Section 2320(a)(2)(F)(i), Title 10, United States Code precludes the Army from making release or sale of proprietary technical data a condition of contracting with the Government.
A 30mm Operational Needs Statement (ONS) discussion with industry will occur on 14 March 2017 at 1:00 pm at the Association of the United States Army (AUSA) Symposium located at the Von Braun Center, 700 Monroe St SW, Huntsville, AL 35801. The discussion will be held in Room - Salon 10.


4. INFORMATION SOUGHT:


(1). PMO SBCT is seeking information related to Industry's capability to perform any of the following to meet the anticipated requirements of lethality improvements.
 
a. Produce a medium caliber turreted system.
b. Modify a currently available medium caliber turreted system.
c. Integrate a USG provided medium caliber turreted system onto the Stryker chassis.
d. Produce and/or modify a medium caliber turreted system and integrate it onto the Stryker chassis.

Note: an XM813 30mm cannon and fully functioning fire control software will be provided.


(2). System requirements for the Stryker lethality upgrade are not fully developed and industry feedback on the impacts of these requirements is sought. Examples of potentially desired characteristics that the Government is considering include (but are not limited to):


a. The solution must maintain the current number of crew and occupants in the Stryker variant. The Stryker ICV must retain the 9 man occupant and 2 man crew capacity.


b. The solution must provide a precision, medium caliber weapon system to support both assaulting infantry and dismounted scouts from their respective Stryker vehicle platforms. Target effects include: suppress/kill dismounted infantry; suppress/defeat enemy in prepared positions (bunkers); penetrate concrete walls; provide behind wall/defilade effects; and destroy near peer light/medium armored vehicles.


c. The solution must integrate a government-furnished, dual-feed XM813 30mm cannon. The solution must also allow for a 7.62mm coaxial machine gun, for example, an M240 derivative.



d. The solution, when integrated on a Stryker ICV chassis, should be able to demonstrate comparable mobility characteristics to other Strykers in either a FBH or DVH equipped SBCT.


e. A solution that uses a sight based on current Second Generation Improved-Forward Looking Infrared (I-FLIR) B-Kit for gunner and/or commander sighting systems is desired.


f. A solution that includes a second set of optics at the Squad Leader location, for situational awareness, to allow another occupant when in that location to assist the gunner in scanning the designated sector during combat operations is desired.


g. A solution that has minimal impact on existing hatches (air guard, side hatch), while providing one hatch per crew member in the turret, or otherwise provides the ability to observe 360 degrees, is desired.


h. A solution that has additional optical sight protection to protect objective lenses from non-ballistic debris e.g. rocks/lasers, is desired. Protection shall not degrade the performance of the optics nor adversely affect the signature of the vehicle. Protection must be readily installable and be replaceable as needed by crew without special tools.


i. A solution that integrates a Range Finder (RF) Class 1 eye-safe in all user modes for ranges between 50 - 10,000 meters is desired. The range accuracy desired is no less than +/- 1.5 meters at 3,200 meters and preferably beyond.


j. A solution which allows for rapid, under armor reload of primary and secondary armament is desired. The "rapid" goal is 3 minutes or less for reload of a magazine to return to ready-to-fire condition. 30mm magazine solutions that enable the use of linkless, rather than linked, ammunition are preferred.


k. A solution that allows for stowage of 150 ready 30mm rounds, with up to 300 additional 30mm rounds stored elsewhere on the vehicle, is desired. Coaxial machine gun ready with load of 400 rounds is desired.


l. A solution that provides the capability to view and mark objects, while stationary/moving at ranges from 10 to 500 meters is desired. Marking should be both visible with the human eye and currently fielded handheld day/night optics; compatibility with other vehicle sighting systems in the Army is also desired.

m. A solution that provides the ability to mount and fire an anti-tank guided missile such as Javelin or TOW from under armor is desired.

n. A solution that provides an on-board embedded training capability that will provide Soldiers the ability to conduct sustainment gunnery training is desired.

o. The solution must allow soldier under armor access to both the XM813 cannon and coax machine gun.

(3). In your response please indicate your system's technical capabilities against the above referenced capabilities being considered. Please indicate in your response if these capabilities are part of a solution immediately commercially available today; if not immediately available, indicate if a solution is achievable with further development, and provide a rough-order magnitude estimate of the time required to develop the solution. If specific desired capabilities are particularly challenging from a cost, schedule, or technical perspective, identify potential trade space you feel the government should consider to enable a more rapid, less costly, or more effective solution. Finally, please indicate what general types of technical data or access to government-furnished equipment might help your company further refine its offering in the event a Request for Proposal for some or all of these capabilities is tendered.


5. RESPONSES:

Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2010 or earlier, Microsoft Excel 2010 or earlier, Microsoft PowerPoint 2010 or earlier or Adobe Acrobat. The maximum size of each e-mail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. The subject line must include the message number, (example: 1 of 3, 2 of 3, 3 of 3), and quote mark "[Company's Name] response to PMO SBCT RFI Lethality Upgrade. All interested firms, regardless of size, are encouraged to respond to this request for information.
It is not necessary to respond to this market survey in order to be eligible for future contract awards.
Responses shall be furnished to the government by NLT 1300 local EST 17 April 2017. Please submit electronic responses to this survey, as well as questions for clarification to:
usarmy.detroit.peo-gcs.mbx.stryker-rfi@mail.mil

RESPONSES SHOULD INCLUDE:

Cage Code:
Company Name:
Mailing Address:
Company Website:
Location of Facilities:
Point of Contact:
Phone Number:
Fax Number:
Email:
Company business size and active System for Acquisition Management (SAM) information:

1. In addition, provide your organization's past and current experience and contracts related to the research, development, and evaluation of your technology or enhancement. Identify other organizations or countries that are using your product and technology.
2. Please also provide a response to the following questions:

a. What specific information would your company need in order to compete for this requirement?
b. What kind of experience does your company have doing this type of work? Please provide specific examples.
c. In the event no Technical Data Package is available, can your company still compete for this effort?


6. DISCLAIMER:
This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware or services for the Stryker FoV. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary.
Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.fbo.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses or solicitations.
Proprietary Information. USG acknowledges its obligations under the Federal Acquisition Regulation and 18 U.S.C. §1905 to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following:
• Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary.
• Mark only data that is truly confidential.
• Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey.
• Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS."
Disclaimer: The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place.


Lee Tappy, Contract Specialist, Phone 5862822107, Email lee.f.tappy.civ@mail.mil - Antonio C. Smith, Contract Specialist, Phone 5862826778, Email antonio.c.smith13.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP