The 81mm Infantry Battalion Mortar System (IBMS)

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
FSC Category:
  • 10 - Weapons
NAICS Category:
  • 541330 - Engineering Services
  • 541519 - Other Computer Related Services
Posted Date: Apr 2, 2024
Due Date: May 2, 2024
Solicitation No: W15QKN-24-X-0ZR0
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
The 81mm Infantry Battalion Mortar System (IBMS)
Active
Contract Opportunity
Notice ID
W15QKN-24-X-0ZR0
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 02, 2024 12:30 pm EDT
  • Original Response Date: May 02, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
Description

The 81mm Infantry Battalion Mortar System (IBMS)





IMPORTANT INFORMATION: This market survey is for informational and planning purposes only and shall NOT be construed as a Request for Proposal; therefore, no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice is not to be construed as a commitment by the Government for any purpose other than market research.





REQUIREMENT: The U.S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Product Manager Precision Fires and Mortars (PdM PFM) and the Office of the Project Manager Combat Ammunition Systems (PM CAS), located at Picatinny Arsenal, New Jersey, is conducting a market survey to identify capable sources for the Infantry Battalion Mortar System (IBMS). The purpose of this market survey is to obtain current information on the capability of all potential companies to develop and/or produce the IBMS/Enhanced 81mm (E81mm) system or any components thereof and/or the ability to integrate into a complete system. Respondents are expected to provide responses for components or systems capable of meeting an aggressive development, integration, testing, and fielding program. All components/systems except ammunition are required to be at a Technology Readiness Level (TRL) no less than 6 by of the end of Q4 FY2025. Ammunition is required to be at a TRL no less than 6 by of the end of Q2 FY2027





The primary objective of the Infantry Battalion Mortar System (IBMS) is to fill a gap in heavy mortar capability for light Infantry and Special Operations Forces (SOF), specifically during forced/early entry operations. A System of Systems (SoS) approach is being proposed for an expeditionary Infantry Battalion Mortar that provides the Infantry units with equal to or greater range, lethality, and accuracy than the current 120mm BMS in a man portable package. Additionally, IBMS will provide units with increased mobility (shoot and scoot ability) and survivability compared to the 120mm BMS.





Please refer to the Attachments Section for "Figure: IBMS SoS Depiction".



IBMS SoS: The IBMS SoS is comprised of following major subsystems – (1) an Enhanced 81mm (E81) Mortar Weapon System (MWS), (2) E81 Ammunition, (3) a vehicle Mobility kit/Capsule (an automated emplacement/displacement system with autolay) and (4) Fire Control System. The Mobility kit/Capsule must have the ability to be integrated onto a light tactical vehicle (e.g., HMMWV, JLTV, ISV); it should have a modular design whereby it can be integrated onto any of the above vehicles or any future light tactical vehicles via an adapter plate or via ICD (Interface Control Drawing desired) and adjust to the vehicle dimensions/height. The E81 cannon must be able to quickly disengage from the Mobility kit for dismounted/man-portable operations. Similarly, the Fire Control System must have the ability to support both mounted and dismounted operations with digital fire control.





Below are the component breakouts of the IBMS subsystems.



The E81 MWS includes the following key components –




  • A removable 81mm cannon that can be either mounted into the mobility kit or disengaged and used in a dismounted/man-portable configuration.

  • Baseplate for dismounted operations.

  • Bipod for dismounted operations.

  • Basic Issue Items (BII).



The E81 Ammunition includes the following key components –




  • E81 High Explosive (HE) Mortar Cartridge consisting of Airframe, Warhead, Ignition Cartridges, Propelling Charges, Multi-Option (MO) Fuze / Time Fuze.

  • E81 Full Range Practice cartridges (FRPC) (for training and demonstration purpose only).



Note that E81 HE (head of the family) will be fielded concurrently with the rest of the IBMS subsystems. Remaining family (E81 Illumination and Smoke cartridges) will be developed and fielded at a later date or in future increments.



The Mobility kit/Capsule includes the following key components –




  • A modular mortar stowage and deployment system with a lifting mechanism for rapid emplacement/displacement that can be integrated onto a light utility vehicle.

  • Weapon assembly that can quickly engage and disengage an E81 cannon to use for dismounted operations.

  • Baseplate.

  • Fire Control System (electrical and mechanical) that can be easily modified and integrated with US Fire Control Software. The Fire Control System (FCS) for vehicle based and dismounted operations may be provided by the USG or alternately obtained from a company that can manufacture some or all components of the FCS.



The FCS includes the following key components depending on whether operation is vehicle based or dismounted –



(a) FCS that is fully integrated into the host vehicle and powered by vehicle power for vehicle-based operations consisting of




  • Self-Orienting Aiming Pointing Device.

  • Fire Control Computer (with ability to mount and dismount quickly from vehicle).

  • Tactical Radio with Tactical Modem (optional).

  • GPS Receiver.

  • Remote Display and Keyboard (optional).

  • Fire Control Display for Driver and/or Gunner (optional).

  • Power Distribution Systems (optional).

  • Ruggedized Mounts and Cables.



(b) FCS for man portable operations consisting of




  • Pointing Device.

  • Fire control Computer.

  • Tactical radio, External Power Source & GPS receiver are optional.





The desired performance characteristics for the IBMS and its subsystems are listed in an accompanying document and available upon request.





Contractors must be registered in the System for Award Management (SAM) database by accessing the SAM web site at http://www.sam.gov in order to provide a response. Contractors interested in receiving the Desired Performance Characteristics document for information purposes only, are required to submit a signed and completed AMSTAAR Form 1350, Technical Data Request Questionnaire and Non-Disclosure Agreement (NDA) (attached within this announcement) for the Government's consideration prior to receiving any requested supporting documentation. The two (2) forms listed above shall be completed and submitted accordingly to the contact listed below via email only (preferably in one email per company). The Office of the Project Manager Combat Ammunition Systems (PM CAS) anticipates hosting an Industry day in the later half of FY2024 for the respondents of the market survey who are considered capable, to inform industry of the Government’s strategy for IBMS and garner feedback; follow-on communication will be provided for additional details on Industry day.





Furthermore, to be considered a capable source for the 81mm IBMS effort or any part thereof, 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.



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



3. A description of facilities/equipment, manufacturing processes, inspection capability (including non-destructive inspection methods), personnel, and Quality Management System certifications or standards used.



4. A description of the company's existing production facility, location, capacity and projected monthly production and delivery capability, and description of facility / location where US-based production may occur (if applicable).



5. Past manufacturing and integration experience with any relevant components of the IBMS (MWS, Ammunition, Mobility Kit, FCS).



6. Identify the proposed solution’s current Technology Readiness Level (TRL) and projected TRL at the end of Q4 FY2025 (Q2 FY27 for Ammunition). Provide evidence for the assessments to include condition of the system(s) prior to any testing or operational use and any relevant test results.



7. Provide a detailed description of the technical design(s) for the IBMS solution which includes but is not limited to




  • Interface Control Documents (ICD)

    • Software interfaces

    • Hardware interfaces

    • Electrical interfaces



  • Requirements/performance characteristics, to include assessments of the proposed solution against the desired performance characteristics.

  • Envelope drawings

  • Specifications

  • Solid models

  • System weight of proposed configuration

  • Details of proprietary HW and SW data rights



8. Provide a Risk Assessment of the concept/design for the IBMS or its components. Identify the top design/performance/potential production risks and possible mitigations.



9. Provide Rough Order of Magnitude (ROM) and delivery capability (rate and schedule) for the following production quantities: 4 initial prototypes, 16 production units, 32 production units and 64 production units. In addition, please provide monthly production capacity.



10. Provide feedback to the U.S. Government if a system is currently available for demonstration or when a demonstration system would be available. The U.S. Government is willing to observe demonstrations at no cost to the U.S. Government. The U.S. Government would cover travel costs for U.S. Government representatives to attend demonstration event(s).



11. Provide feedback to the U.S. Government detailing similar systems which are currently fielded or in the development process with expected testing/fielding date(s), if applicable.





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 U.S. Government. All information submitted will be held in a confidential status. All submissions are requested to be made electronically BY REQUESTED RESPONSE DATE WITHIN NOTICE from the date of this publication by electronic mail to Iryna Litvinova at iryna.litvinova.civ@army.mil. The U.S. 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 U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the Market Research notice. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. No award will be made as a result of this market survey.





Responses should provide sufficient detail for the U.S. Government to make a reasonable assessment regarding your company’s capability to produce this item at the required rate. NO CLASSIFIED information shall be submitted.





Please identify any proprietary information submitted. All information provided will not be returned and will be held in confidential status.




Attachments/Links
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 02, 2024 12:30 pm EDTSources Sought (Original)

Related Document

Apr 25, 2024[Sources Sought (Updated)] The 81mm Infantry Battalion Mortar System (IBMS)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 10--COVER ASSEMBLY, SYS Active Contract Opportunity Notice ID N0010422QZA70 Related Notice Department/Ind.

Federal Agency

Bid Due: 12/09/2024

Follow GUN,AUTOMATIC,20 MI Active Contract Opportunity Notice ID N0038324QA182 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 5/03/2024

10--GUN CONTROL UNIT Active Contract Opportunity Notice ID N0010424RUE18 Related Notice Department/Ind. Agency

Federal Agency

Bid Due: 5/28/2024

Follow 10--BOLT,BREECH Active Contract Opportunity Notice ID SPE7L124T323P Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/03/2024