Skip to main content

An official website of the United States government

You have 2 new alerts

Location and Azimuth Determining System (LADS) Components

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 (Original)
  • Original Published Date: Feb 23, 2023 04:13 pm EST
  • Original Response Date: Mar 28, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1095 - MISCELLANEOUS WEAPONS
  • NAICS Code:
  • Place of Performance:
    USA

Description

Purpose:  The Army Contracting Command New Jersey (ACC-NJ), Picatinny Arsenal, NJ  07806-5000 is conducting a Market Survey on behalf of the Joint Program Manager Office Towed Artillery Systems (PM-TAS) to identify potential sources for LADS Components.

Description:  This Sources Sought is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of PM-TAS.  

The contractor shall fabricate and/or procure the components for LADS. The contractor shall assemble and integrate various specific components into LADS line-replaceable-units (LRUs). The contractor shall package completed LRUs and remaining miscellaneous components into separate kits, and deliver each kit as defined.

The LADS components consist of build-to-print, commercial-off-the-shelf (COTS), and vendor-specific items.  The components of the kits are comprised of approximately 80 build-to-print machined components using commercially available metals machined using industry standard tolerances, various build-to-print circuit boards using industry standard components and manufacturing processes, various cable assemblies built to military standards using military grade connectors, and commercial off the shelf (COTS) components.  Manufactured components will require application of industry standard protective coatings with exposed components requiring application of military Chemical Agent Resistant Coating (CARC). LRU assembly requires no specialized skills and can be accomplished using standard shop tools. 

For planning purposes, this effort is anticipated to commence 4Q FY23. Delivery of First Article Test (FAT) units (quantity 2 each) is anticipated 3 months after contract award.  Production is expected to commence 1 month after FAT approval/acceptance and to occur at a rate of delivery of eleven (11) kits per month.  Also for planning purposes please see attached pictures, the solicitation for this requirement does not include the tripod, the display, and the transit (item on top) for this effort.

All interested vendors are requested to provide:

  1. Statement of capability describing the vendor’s qualifications and capabilities to provide the items listed above.
     
  2. Examples of historical projects of similar requirements, subcontractor relationships, and in house capabilities. 
     
  3. Examples of any prior experience related to precision machining, cable harness fabrication, and circuit card assembly either in house or contracted out. Include previous experience working with MIL-STDs and any ISO/ASTM certifications.
     
  4. Description of Facilities that will be used to meet the requirement.
     
  5. Description of Resources that will be used to meet the requirement.
     
  6. Detailed description of Vendors plan to meet USG requirement

Submissions of designs that are not fully compliant with all requirements are also encouraged so that PM-TAS may assess the capabilities of all currently available sources. 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. As a result of this Sources Sought a Request for Proposal (RFP) may be issued to acquire the Location and Azimuth Determining System (LADS) components. Participation in this Sources Sought 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 TUESDAY, 28 MARCH 2023 1600 EASTERN to: Mr.  Mark Bobitka and Ms. Klaudia Grabias, ACC-NJ-IC Bldg. 10, Picatinny Arsenal, NJ 07806-5000; email: mark.t.bobitka.civ@army.mil and klaudia.a.grabias.civ@army.mil.  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 only.

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

  • Apr 12, 2023 11:58 pm EDTSources Sought (Original)