Skip to main content

An official website of the United States government

You have 2 new alerts

Extended Range Artillery Projectile (ERAP)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jul 02, 2024 09:36 am EDT
  • Original Published Date: May 24, 2024 08:35 am EDT
  • Updated Response Date: Jul 08, 2024 04:00 pm EDT
  • Original Response Date: Jun 24, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 23, 2024
  • Original Inactive Date: Jul 09, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1320 - AMMUNITION, OVER 125MM
  • NAICS Code:
    • 332993 - Ammunition (except Small Arms) Manufacturing
  • Place of Performance:

Description

The U.S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager Combat Ammunition Systems (PM CAS), is conducting a market survey to identify potential sources who can produce the Extended Range Artillery Projectile (ERAP) munition for Initial Operational Capability (IOC) fielding by FY30.  The purpose of this market survey is to obtain information from potential sources to design, qualify, and begin production at a low rate (minimum 300 projectiles/ per year for low rate) by 2nd Quarter Fiscal Year 2029.   The current requirements are planned to be restricted to qualified producers in the U.S., its outlying areas, or Canada.

The ERAP solution is a 155millimeter (mm) artillery projectile designed to engage and defeat imprecisely located or moving armored/mechanized targets at extended ranges to improve the lethality of cannon artillery assets organic to the Brigade Combat Teams. It will support both current and future weapon systems and defeat infantry fighting vehicles, self-propelled howitzers, multiple rocket launchers (MRLs), air defense targets, main battle tanks (MBT) and maritime targets of interest.  The Army requires the solution to be compatible with current 39 caliber weapon systems and able to engage targets out to a minimum of 65 kilometers (km). The solution shall operate at the high-muzzle velocities required to achieve 70 km + out of Joint Ballistic Memorandum of Understanding compliant fielded 52 Caliber and developmental 155mm artillery weapon systems currently under consideration by the US Army. The solution must be target seeking, be able to operate in GPS heavily degraded environments, and include a mode of operation that does not use GPS. 

To be considered a qualified source for this effort, all interested sources must submit the following information:

1. Provide the organization's name, address, technical point of contact, phone number, e-mail address, and business size. Provide documentation that the organization can operate and handle SECRET information in accordance with AR 380-5.

2. A summary that includes a brief description of the contractor's capabilities to include, if applicable: parent organization(s), name/address/point of contact identification/email address, potential partnering/teaming arrangements, capabilities.

3. An assessment of the current TRL of the proposed solution by subsystem with rationale for assessment.  A program plan for achievement of a full system TRL6 demonstration of a target seeking solution by 3QFY26.  This shall include an Integrated Master Plan, and Milestone schedule.

4. A proposed development, qualification, low-rate initial production, and production schedule along with estimated overall costs by Government fiscal year; with supporting tasks at second or third level as appropriate to understand the cost, schedule and technical approach and how it can integrate with a Government Acquisition Plan.

5. Identification of a supply chain of components and lead times for the ERAP solution, inclusive of piece part lead times for the proposed design.

6. A program plan for transition to production and Low-Rate Initial Production (LRIP) of 300 in FY#1, 500 in FY#3, 1000 in FY#5 ramping up to a minimum steady production rate of 1500 by FY#6.  Include a description of the company's and their supply chain’s existing production capacity, their projected monthly production rate and delivery capability.  

7. A description of the supply chains facilities/equipment, manufacturing processes, inspection capability, personnel, and Quality Management System certifications or standards used.  Identification of existing facilities and equipment in support of development and production versus that which is required to be developed and/or procured to support development and production.

8. Identification of manufacturing experience with load, assemble and pack (LAP) and delivery of 155mm guided projectiles or other guided munitions.

9. Provide a Rough Order of Magnitude (ROM) for unit price for a quantity of 300, 500, 1000, and 1500 projectiles/year. Include any non-recurring costs required to reach the increased production quantities. 

All contractors interested in this potential future solicitation must be registered in the System of Award Management (SAM) in order to be eligible for award. https://sam.gov/content/home. All interested parties may request the C-DAEM Armor Security Classification Guide (SCG) through the Contract Specialist provided below after submission of a signed and completed DD Form 2345, Militarily Critical Technical Data Agreement; FCDDAC Form 1350, Technical Data Request Questionnaire; and Non-Disclosure Agreement (NDA). All information is to be submitted at no cost or obligation to the Government.

This market survey is for informational and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government. All information submitted will be held in a confidential status.  All submissions shall be marked proprietary and be handled as controlled unclassified information (CUI).  Interested parties should ensure responses do not reveal vulnerabilities.  All submissions shall be made BY REQUESTED RESPONSE DATES WITHIN NOTICE by electronic mail to Jeremy Contreras, jeremy.p.contreras.civ@army.mil. The Government will accept written questions by E-MAIL ONLY.  TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the Market Research notice. All information provided will not be returned and will be held in a confidential status. 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.

Contact Information

Contracting Office Address

  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History