SOURCES SOUGHT
66 -- Inertial Navigation Unit (INU) for the Location and Azimuth Determining System (LADS)
- Notice Date
- 4/30/2025 12:20:43 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-25-X-16NG
- Response Due
- 5/30/2025 2:00:00 PM
- Archive Date
- 06/14/2025
- Point of Contact
- Jayde A. Liuzza, KLAUDIA A. GRABIAS
- E-Mail Address
-
jayde.a.liuzza.civ@army.mil, klaudia.a.grabias.civ@army.mil
(jayde.a.liuzza.civ@army.mil, klaudia.a.grabias.civ@army.mil)
- Description
- 1. INTRODUCTION Project Manager for Combat Ammunition Systems (PM CAS) is conducting a market survey to identify potential sources capable of providing an Inertial Navigation Unit (INU) for the Location and Azimuth Determining System (LADS). This Sources Sought Notice is for informational purposes only and is not a request for proposals. The information received will be used to assess the availability of quali?ed vendors and inform the development of a future acquisition strategy. 2. BACKGROUND The LADS is designed to provide users with increased accuracy in position, location, and navigation. The INU is a critical Line Replaceable Unit (LRU) within the LADS, determining position (latitude, longitude, and altitude) and attitude (azimuth, pitch and roll). The INU will integrate with a Vehicle Motion Sensor (VMS) and utilize an embedded Global Positioning System (GPS) receiver, while maintaining functionality in GPS-denied environments. 3. INFORMATION REQUESTED This SSN seeks information regarding the availability of INU systems that meet or exceed the requirements outlined in this document. Respondents are requested to provide the following information. Please be as speci?c as possible. 3.1 Company Information: Company Name Address Point of Contact (Name, Title, Email, Phone Number) Company Size (Number of Employees, Annual Revenue) Cage Code 3.2 Capability Information a. INU System Do you offer an INU system that meets or exceeds all of the following performance requirements? (Yes/No) Minimum horizontal position CEP: 4m Heading pointing accuracy: ?0.40 mils RMS (+/- 65� latitude) Maximum static alignment time: 20 minutes Maximum dynamic alignment time: 16 minutes Typical alignment time (28� latitude): 5.5 minutes or less Two-position marking function from a vehicle Azimuth accuracy PE: 0.4 mils on 2 position azimuth lines from 100 meters to 400 meters in length (as de?ned below) De?nitions (for Azimuth Accuracy): PE is the equally likely deviation (50 percent probability) of a set of linear measurements about the true (reference) value. PE = 0.6745 x RMSx RMS error is the square root of the mean of the sum of the squared errors, relative to the reference value(s), for all measurements in the sample population. RMS_x=?(?_(i=1)^N?X_i^2 )/N where N is the total number of measurements, and Xi = mi-Mi. If your firm offers an INU System meeting or exceeding the above stated performance requirements, please provide the following information: Model Number Brief Description of the System Data Sheet Highlighting the following Key Performance Characteristics: CEP: 4m Heading Accuracy: ?0.40 mils RMS Static Alignment Time: ?20 minutes Dynamic Alignment Time: ?16 minutes Typical Alignment Time (28� latitude): ?5.5 minutes Weight: <16.2 pounds Power Requirement: 18-32 Vdc, <30 watts Form Factor: Approximately 5.65 H x 7.12 W x 10.3 L inches (excluding feet/?anges) or 5.65 H x 9.0 W x 11.34 L inches (including battery/feet) b. Software: Describe your software update process and support capabilities. Can your system be upgraded to support future M-Code GPS Receiver Cards? (Yes/No) c. Production Capacity: What is your current production capacity for INU systems? Can you meet the delivery rate of at least ten (10) units per month, beginning two (2) months after contract award? (Yes/No) d. Warranty & Repair: What is your standard warranty period for INU systems? Describe your repair capabilities, including turnaround time and OEM-level support. Can you meet the 30-day Repair Turn-Around Time requirement? (Yes/No) e. Con?guration Management & Quality: Describe your Con?guration Management process, referencing SAE ANSI/EIA-649. Is your Quality Management System certi?ed to ISO 9001 or equivalent? (Yes/No) f. Obsolescence Management: Describe how your firm mitigates obsolescence. g. Unique Item Identi?cation (UII): Are you familiar with and capable of complying with DFARS 252.211-7003 and AR 700-145 regarding Item Unique Identi?cation? (Yes/No) h. Packaging: Are you capable of packaging the INU in accordance with MIL-STD-2073-1 and marking in accordance with MIL-STD-129? (Yes/No) 3.3 Rough Order of Magnitude (ROM) Cost: Provide a ROM cost estimate for a single INU system, including integration of a Government-Furnished SAASM card. Provide a ROM cost estimate for a single software update. Provide a ROM cost estimate for a full repair (OEM level). If range pricing is available for the INU System and/or repairs, please provide pricing information. 4. GOVERNMENT FURNISHED MATERIAL (GFM) Assume the Government will provide one (1) MPE-S Type I SAASM 3.2 GPS Receiver Card (SAASM card) per unit as GFM. 5. SUBMISSION INSTRUCTIONS Format: Responses should be submitted electronically in Adobe PDF format. Page Limit: Responses should not exceed 20 pages (excluding data sheets and appendices). Submissions of designs that are not fully compliant with all requirements are also encouraged for PM CAS to 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. 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 30 May 2025 by 1700 EST to Jayde A. Liuzza ACC-NJ-IC, email: jayde.a.liuzza.civ@army.mil; or Klaudia Grabias ACC-NJ-IC, email: 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. Only electronic submittals will be accepted at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/943ebe07beed407e8404303e51562134/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07427190-F 20250502/250430230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |