The RFP Database
New business relationships start here

Sources Sought to Manufacture of Common Remotely Operated Weapon Station (CROWS)


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

THIS IS A REQUEST FOR INFORMATION ONLY - This Request for Information (RFI) notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on FBO.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

The U.S. Army Contracting Command - New Jersey (ACC-NJ) at Picatinny Arsenal, in support of the Project Manager Soldier Lethality (PM SL), is in the process of determining whether there are sources immediately capable, despite apparent insurmountable obstacles, of manufacturing the Common Remotely Operated Weapon Station (CROWS) that provides the capability to remotely aim and fire a suite of crew served weapons. The CROWS is sought for immediate production, fielding and sustainment. The system shall be capable of mounting on a variety of existing and future combat platforms. The system shall consist of a remotely operated and fully stabilized weapon station that can mount and operate a variety of crew served weapons including, at a minimum, the Mk19 40mm Grenade Machine Gun, Mk47 40mm Grenade Machine Gun, M2HB 50 cal Machine Gun, M240 7.62mm Machine Gun and the M249 5.56mm Squad Automatic Weapon. The weapon station shall be controlled via a remote display and control grip allowing the operator to slew and point the system in order to view and engage threats in day and night conditions while stationary or on the move. Systems shall have robust safety checks and diagnostics built in to assure system safety and must meet U.S. military operational safety requirements. The weapon system shall have the ability to accommodate platform specific traverse and firing inhibits for platform unique characteristics. The weight, power and space claim of the system will be limited to accommodate platform integration of current and emerging requirements.


For this RFI, the United States Government is contemplating pursuit of a sole source procurement strategy to the incumbent contractor, KDA, by increasing the existing ceiling value of the current Indefinite Delivery/Indefinite Quantity (IDIQ) contract, extending through September 2023. The purpose of this RFI is to help identify whether there is a basis to reconsider this non-competitive acquisition strategy based upon KDA's unique existing capabilities and access to the TDP necessary to timely meet forecasted CROWS requirements.


Note that a Technical Data Package (TDP) is NOT available to facilitate an immediate competitive procurement strategy. For advance planning purposes only, be advised the Government is contemplating a competitive procurement strategy, inclusive of a TDP, with an anticipated RFP to be released towards the end of 3QFY20. An FBO notice will be posted in the future to ascertain capability and interest relating to such competitive procurement as it is not the scope of this instant RFI.


SPECIFICATION:


In support of immediate CROWS manufacturing, sources shall be capable of managing an extensive supplier base to effectively and efficiently provide a flexible production capability that can easily adapt to changes in production rates and configurations. It is anticipated that production rates can vary from 0-50 CROWS/month (may be a combination of new systems and overhauling existing CROWS), depending on the requirements and resources available. In addition to new production, sources shall have the ability to overhaul previously fielded CROWS to include cleaning, repair of broken components, replacement of lost parts, and final inspection. It is expected that sustainment activities for new and existing systems may require some or all of the following: depot repair facility, Field Service Representatives, spare parts, obsolescence management and special tools. Engineering support shall be available, as required, for product improvements, root cause analysis, production support and other activities normally expected for a program of this magnitude. The CROWS has several components that are no longer available on the commercial market. An engineering effort to identify replacement components or a redesign of the electronic cards will be required. Some or all of this data may be export controlled which may require appropriate approvals to allow Contractors and their suppliers to share part or all of the information required to perform their tasks. At a minimum, field replaceable parts shall be backward compatible to currently fielded CROWS.


Software management of CROWS will be the responsibility of the United States Government and will not be shared with sources other than the "executable code" required to operate the CROWS. Any software changes required due to the selection of replacement components or a redesign of the electronic cards will need to be made in conjunction with the Government Software team. The need and demand for such systems has been significant in the past several years and has the potential to continue in the future. The estimated total maximum quantity of fielded CROWS requiring sustainment support is 12,000 over the life of the effort. The estimated total maximum production quantity is 950 over the life of the effort. The estimated total maximum recapitalization quantity is 925 over the life of the effort.


SUBMISSION INFORMATION:


Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items:


1. Company Name


2. Company Address


3. Company point of contact and phone number


4. Major partners or Suppliers


5. The North American Industry Classification System (NAICS) code for this effort is 332994.
With small business size standard of 1,000 employees. Based on this information is your business considered a small business?


6. Commerciality: a. ( ) Our product as described above, has been sold leased or licensed to the general public b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense c. ( ) None of the above applies. Explain.


7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location)


8. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity


9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required)


10. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment


11. Please provide any additional comments


Response: Firms/Companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and rough indication of pricing. All information is to be submitted at no cost or obligation to the United States Government. Any hardcopy information provided will not be returned. The maximum page limit for responses shall be limited to 10 pages with no less than 12 point Times New Roman font. All interested parties should provide this information within 14 days of this notice to:


US Army Contracting Command - New Jersey
ATTN: Jessica Colaneri / Charriena B. Kortum
Building 9, ACC-NJ-SL
Picatinny Arsenal, NJ 07806-5000

or by email to: jessica.d.colaneri.civ@mail.mil and charriena.b.kortum.civ@mail.mil


NO TELEPHONE INQUIRES WILL BE ACCEPTED. The Government will accept written questions by email. The information collected from this RFI may be used to support any CROWS follow on acquisitions. All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this RFI.


 


Jessica Colaneri, Contract Specialist, Email jessica.d.colaneri.civ@mail.mil - Charriena B. Kortum, Contract Specialist, Email charriena.b.kortum.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP