Description: This Request for Information (RFI) is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support the Government's potential requirement for a highly mobile system replacement for the M119 towed howitzers. This Request for Information is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of PM-TAS.
The Government is interested in a highly mobile system replacement for the M119 towed howitzers currently fielded to the Army's Infantry Brigade Combat Teams (IBCT's). This IBCT 105mm howitzer, is required to retain the key transportability and firepower attributes of the current systems while taking advantage of the modernization efforts associated with long range precision fires as well as the advancing mobility requirements. For planning purposes, this effort could commence in the early 2020's and should not require an extended development cycle. Maximizing backwards compatibility with identified legacy ammunition and forwards compatibility with developmental ammunition and armaments will be a key system attribute. This RFI is seeking to identify potential IBCT 105mm howitzer replacement concepts and assess its notional physical and performance characteristics. The following concepts to be considered in the highly mobile system replacement for the M119 Towed howitzer solution, while not meant to limit the types of concepts presented, are of particular interest:
1) Integration of USG Digital Fire Control into existing/developmental systems
2) Integration of existing/developmental US armaments into existing/developmental systems
3) Qualification of existing/developmental US ammunition (Projectile & Propelling Charge) with existing/developmental systems
The Government is interested in the following high level physical/performance characteristics for the presented concepts.
1) System Operation (i.e. level of manual input to operate primary weapon)
2) System Reliability (% probability without system abort)
3) Mobility (e.g. on road speed, off road speed, refueling range, off road capability)
4) Transportability (e.g. qualified land and air modes of transport, sling load and low velocity airdrop delivery/LVAD capability)
5) Survivability (i.e. crew protection capability, ballistic protection to system)
6) Weight (combat loaded)
7) Range (i.e. armament range)
8) Rate of Fire (Sustained w/duration and Max w/duration)
9) Indirect/Direct Azimuth of Fire Range
10) First Round Response Time
11) Emplacement / Displacement Times
12) Crew Size (include Crew Transportation)
13) Cannon Caliber length
14) Cannon Chamber ICD (To assess Ammo interchangeability)
15) Fire Control Adaptability (i.e. ability to integrate USG fire control)
16) Direct Sighting Capability
17) Qualified US and/or NATO Ammunition (i.e. List all qualified US and/or NATO ammunition combinations (i.e. Projectile, Propelling Charges (zones range if applicable), Fuze, & Primer)
18) Ammunition Handling/Loading (i.e. on vehicle loading and storage)
19) Ammo Resupply (i.e. effort and time)
20) Elevating/Traversing system (i.e. Hydraulic, Electric, Manual)
All interested vendors are required to provide:
1) A description (to include characteristics above) of your proposed system, its development history, and the tested parameters of the system
2) Rough Order Magnitude Cost of system identified
3) Rough Order Magnitude Schedule of system identified
4) Notional Developmental Risk/Product Maturity of system identified
5) Life Cycle Status (i.e. Conceptual, Prototype, In-Service); If In-service, list customers utilizing system
Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the United States Government. The Government recognizes that proprietary and/or classified data may be a part of this effort. If so, clearly mark such restricted/proprietary and classified data and present them as an addendum to the nonrestricted/non-proprietary and unclassified information. Participation in this Request for Information (RFI) is completely voluntary by the vendor and as such all costs to develop the vendor's response are to be borne by the participating vendor. All interested sources are encouraged to submit their abilities/capabilities no later than 30 days from date of this publication, by 15 April 2019 at 16:00, to: Klaudia A. Grabias, ACC-NJ-JA Bldg. 9, Picatinny Arsenal, NJ 07806-5000; email: [email protected]. Please include company name, address, telephone number, point of contact, brochures/literature, etc., and any prior performance relating to this effort. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. As stated above, please be advised that the Government will not pay for any information submitted under this announcement. Electronic submittals are preferred.