Posted: April 4, 2025, 1:14 p.m. EDT
APRIL 4, 2025 Q&A'S
Q1: My understanding is that this for the manufacture of the current CROWS, is that correct?
A1: The U.S. Army Contracting Command - New Jersey, in support of the Project Manager Soldier Lethality, is seeking sources capable of manufacturing the Common Remotely Operated Weapon Station (CROWS) herein referred to as "CROWS SYSTEM" utilizing a Government provided Special Licensed Technical Data Package (TDP).
This is an RFI to seek potential vendors who can perform build-to-print capabilities for the CROWS program office. If a formal RFP follows, the SOW will outline all requirements necessary and the TDP will be available upon execution of the appropriate NDAs.
Q2: Is this solicitation fully funded?
A2: This is not a solicitation, this is an RFI/Sources Sought notice to seek potential vendors who can perform build-to-print capabilities for the CROWS program office.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------
MARCH 21, 2025
Updated description and deleted attachment "RFI W15QKN25X15LO"
------------------------------------------------------------------------------------------------------------------------------------------------------------------------
REQUEST FOR INFORMATION: W15QKN-25-X-15LO, Common Remotely Operated Weapon Station (CROWS)
The U.S. Army Contracting Command - New Jersey, in support of the Project Manager Soldier Lethality, is seeking sources capable of manufacturing the Common Remotely Operated Weapon Station (CROWS) herein referred to as "CROWS SYSTEM" utilizing a Government provided Special Licensed Technical Data Package (TDP). The CROWS SYSTEM provides the capability to remotely aim and fire a suite of Crew Served Weapons (CSW). Sources are sought for production, fielding and sustainment. The CROWS SYSTEM is capable of mounting on a variety of existing and future combat platforms. The CROWS SYSTEM consists of a remotely operated and fully stabilized weapon station that can mount and operate on a variety of CSW including, at a minimum, the Mk19 40mm Grenade Machine Gun, Mk47 40mm Grenade Machine Gun, M2HB 50 cal. Machine Gun, M240 7.62mm Machine Gun and the M249 5.56mm Squad Automatic Weapon. The CROWS SYSTEM is controlled via a remote display and control grip allowing the operator to slew and point the CROWS SYSTEM in order to view and engage threats in day and night conditions while stationary or on the move. CROWS SYSTEMS have robust safety checks and diagnostics built in to assure CROWS SYSTEM safety and meet U.S. military operational safety requirements. The CROWS SYSTEM has the ability to accommodate platform specific traverse and firing inhibits for platform unique characteristics. The weight, power and space claim of the CROWS SYSTEM will be limited to accommodate platform integration of current and emerging requirements. In support of CROWS SYSTEM manufacturing sources shall be capable of managing an extensive supplier base to effectively and efficiently provide a flexible production capability that can easily adapt to changes in production rates and configurations. It is anticipated that production rates can vary from 0-100 CROWS SYSTEM/month with a 6 month production lead time, depending on the requirements and resources available. In addition to new production, sources shall have the ability to overhaul previously fielded CROWS SYSTEMS to include cleaning, repair of broken components, replacement of lost parts, and final inspection. It is expected that sustainment activities for approximately 15,000 CROWS SYSTEMS may require some or all of the following: depot repair facility (with a 60-day turnaround time), Field Service Representatives, spare parts, obsolescence management and special tools. Engineering support shall be available, as required, for product improvements, root cause analysis, production support and other activities on a per task basis with a Firm Fixed Price (FFP).
If a formal competitive solicitation is generated at a later date, the Government would provide the Offeror(s) with a Technical Data Package (TDP) (updated to address obsolescence issues), which consists of; detailed drawings, interface control documents, performance specifications (system and selected parts) and other available documentation which will describe the requirements and current CROWS SYSTEM designs. The TDP is licensed and for evaluation purposes only, a royalty of $10K for each new system manufactured by a non-licensor, would be added to a non-licensor Offeror's total evaluated price proposal. The royalty does not apply to spares, repairs, conversions/overhauls, and engineering services. This TDP is export controlled which may require appropriate approvals to allow Contractors and their suppliers to share part or all of the information required to perform their tasks. Software management of CROWS SYSTEM will be the responsibility of the US Government and will not be shared with contractors. Contractors will be provided "executable code" required to operate the CROWS SYSTEM.
The Government is interested in assessing the engineering and production capability of potential firms/vendors to meet a varying production rate of 0-100/month for CROWS SYSTEMS as well as the necessary engineering services required to support the same. The Government anticipates future contract types to be Indefinite Delivery/ Indefinite Quantity (IDIQ) with FFP orders. The anticipated duration would be approximately five (5) years. The estimated total quantities are up to 2700 new CROWS SYSTEMS, and from 2000 up to 4000 overhauls of existing CROWS SYSTEMS, over the life of the effort.
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
3. Company point of contact and phone number
4. Major partners or Suppliers
5. The North American Industry Classification System (NAICS) code for this effort is 332994. With small business size standard of 1250 employees. Based on this information is your business considered a small business?
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 government. 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. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity
9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required)
10. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment
11. Please provide any additional comments.
This data and material should be sent, if available, at no cost or obligation to the U.S. Government, within 21 days of this announcement to:
Department of the Army, Army Contracting Command - New Jersey Soldier Lethality (ACC-NJ-SL) ATTN: Joshua Polonio Bldg. 9, Picatinny, NJ 07806-5000; email: joshua.s.polonio.civ@army.mil. Telephone responses and inquiries will not be accepted.
This is a Market Survey 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. The information collected from this market survey may be used to support any CROWS SYSTEM follow on acquisitions. 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.