Important Dates


Posted Date: 01/23/2025

Response Date: 02/28/2025

Archive Date: 03/15/2025

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


The Common Remotely Operated Weapon Station (CROWS) Far Target Locator (C-FTL)

Solicitation Number:

W15QKN24X12US

Primary NAICS:

334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Notice Type:

Special Notice

Location:

Not Provided

Set Aside:

Not Provided

Description


23 January 2025

The response date has been extended to 28 February 2025 at 5:00PM EST. 

---------------------------------------------------------------------------------------------------------------------------------------------

14 January 2025

The response date has been extended to 3 February 2025 at 5:00PM EST. 

---------------------------------------------------------------------------------------------------------------------------------------------

3 January 2025

NAICS code has been updated to 334511. 

---------------------------------------------------------------------------------------------------------------------------------------------

23 December 2024

Any interested parties can request the “CROWS_INS_Envelope.stp” Step File referenced below. Please email the POCs and a DOD Safe Drop will be sent per your request. 

---------------------------------------------------------------------------------------------------------------------------------------------

The U.S Army Contracting Command – New Jersey on behalf of the Product Director Crew Served Weapons (PdD CSW), located at Picatinny Arsenal, NJ, is seeking information from organizations that possess an Inertial Navigation System (INS) for use with the Remote Weapon Station (RWS). Information is being sought for INS devices with mature technologies that can be readily modified and integrated within the RWS. The solution shall meet the following criteria:

  • Previously developed item with minimal changes necessary for compatibility – TRL 7
  • Less than 5 mil pointing accuracy
  • Gyro compassing capabilities / GPS denied operation
  • Ability to output raw gyro data at 1000hz minimum
  • Power per MIL-STD-1275
  • Environmental ruggedization as per MIL-STD-810H,
  • Operational at temperatures of +140 degrees Fahrenheit to -50 degrees Fahrenheit.
  • Capable of supporting or being easily modified to allow for control over RS422 or ethernet.
  • Capable of fitting within CROWS space claim envelope provided “CROWS_INS_Envelope.stp”
  • 15-year procurable life
  • Mean Time Between Failures (MTBF) of 15,000 hours (O)

Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages, with the only exceptions stated below. Information papers can be submitted in a white paper format.

INS Description: Provide the description of the INS, including system growth potential.

Characteristics:

  • Gyro Technology used (MEMS, RLG, FOG, HRG, etc.)
  • Gyro specifications
    • Angle Random Walk
    • Gyro Bias Parameters
    • System accuracy at various latitudes
  • Initialization Time and Procedure
  • GPS technology
    • M-Code/ MAPS Gen 1,2 compatibility
    • Single or Dual Antenna
  • GPS denied operation specifications
  • Mounting capabilities
  • Weight of INS
  • Power characteristics (voltage level, steady state power draw, transient power draw, etc.)
  • Mean Time Between Failures (MTBF)
  • Communications protocols
  • Environmental qualifications
  • Engineering and Qualification test results, if available (outside of 20-page limit)
  • Summary on status of product and maturity level
  • Details on output data including possible sample rates
  • Dimensions or 3D step model (preferred) (model file is outside of 20-page limit)
  • Possibility to integrate IMU and host processing externally on CROWS Main Processing Unit (MPU)??

Delivery Schedule:

  • Earliest Availability of Production Representative INS
  • Monthly production capacity
  • Delivery lead time

Prior Military Sales for stated product, if applicable:

  • Program name(s)
  • US military or foreign military (specify country or countries)
  • US Government Contract number(s)
  • US Government Point of Contact (Name, Email, Phone, Organization)
  • Quantities sold to the Military
  • Description: Standalone or as part of larger system

Cost:

  • INS Non-Recurring Cost for minimal compatibility changes
  • INS Unit Production Cost based on quantity of systems:
    • 1-4
    • 5-49
    • 50-199
    • 200- above

Risks:

  • Raw Gyro Data Compatibility
  • Integration Risk

Other:

  • Export Restrictions, if applicable

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 / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number.

5. The North American Industry Classification System (NAICS) codes for this effort are 333314.

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 governments. 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. Major partners or suppliers.

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

10. Provide minimum and maximum monthly production rates of past production of same or similar items.

11. Please provide any additional comments

All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy via email or request a Drop-off for DoD Secure Access File Exchange (SAFE) to the below points of contacts within 30 calendar days to:

US Army Contracting Command - New Jersey

ATTN: Angelica Merino - ACC-NJ-SL

Building 9, Phipps Road

Picatinny Arsenal, NJ 07806-5000

Email: angelica.m.merino.civ@army.mil

The points of contact are Angelica Merino at angelica.m.merino.civ@army.mil and Renee Papadopoulos at renee.a.papadopoulos.civ@army.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to angelica.m.merino.civ@army.mil and renee.a.papadopoulos.civ@army.mil.

This is a request for information ONLY and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to 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 survey or results of information submitted. Any information provided will not be returned.

Contracting Office Address:

ACC - New Jersey, Center for Contracting and Commerce, Building 9 Phipps RD, Picatinny Arsenal, NJ 07806-5000

Point of Contact(s):

Angelica Merino, angelica.m.merino.civ@army.mil

Renee Papadopoulos, renee.a.papadopoulos.civ@army.mil

Contact Information


Angelica M. Merino

Send Email


Renee Papadopoulos

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?