Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

59 -- Ballistic Cyclic Rate Recording System

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-T-0401
 
Response Due
2/18/2005
 
Archive Date
3/20/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W15QKN?05-T-0401 and the solicitation is issued as request for quotation (RFQ). This a brand name or equal competitive requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. The associated NAICS code and small business size standard is 333315. A list of contract line item number(s) and items, quantities and units of measure, Description of requirements for the items to be acquired is shown below. The U.S. Army, Tank-Automotive and Armaments Command - Picatinny intends to buy Brand name or equal Ballistic Cyclic Rate Recording System consisting of the Sabre Ballistics part numbers as listed below. If an equal is quoted by an offeror, then Literature, instructions, callibration and operating instructions and drawings must be provided along with the quotatation that shows that all the salient characteristics are equal or better than Sabre Ballistics part numbers as listed below. The award will be made to the technically acceptable lowest offeror. A FOB Destination, delivered price, which includes all shipping and handling charges, must be quoted as delivered to Picatinny Arsenal, NJ. Quote must be in American dollars. The manufacturer is SABRE Ballistics ,The Business Village Caterham Barracks Coulsdon Road , Caterham, Surrey CR3 5QX, UK. LINE NUMBERS AND PART NUMBERS ARE LISTED BELOW: SABRE P/N Clin # Description Qty 0001 Balistic Cyclic Rate Recording System consisting of: 0001AA P/N 422-3101 1 ea $ $ Rate of Fire Recorder 422FP 0001AB P/N 422-0101 2 ea $ $ Rate of Fire Recorder 422LH 0001AC P/N 400-2001 3 ea $ $ Solid State Blast Switch 0001AD P/N 402-0101 4 ea $ $ Ultra Red Flash Sensors 0001AE P/N 402-1001 4 ea $ $ IR Detector Junction Box GRAND TOTAL $ Minimum salient characteristings for Procurement Package for Ballistic Cyclic Rate Recording System This procurement requests purchasing a Ballistic Cyclic Rate Recording System (BCRRS) for Armament Technology Facility (ATF). BCRRS is part of ATF state of the art technology which applies to engineering evaluation in weapon system function and performance. BCRRS is capable to record, analyze, display and store weapon system?s cyclic rate of performance data at real time during ballistic testing and evaluation. BCRRS is an ATF?s imperative instrument to support critical missions both in ARDEC engineering R & D in evaluating weapon system performance to meet US Army standard as well as US Military existing and future weapons system, particularly in the urban warfare combat. BCRRS?s major components should include but not limited to the followings: 1) Electronic Recording Device (ERD) ? a microprocessor capable picks up analog signal which generating from solid state sensors, typically acoustical or infra-red flash detector, then record, analyze, display and store results in digital format or hardcopy printout. 2) Solid State Blast Switch (SSBS) ? an acoustical sensor that picks up muzzle blast or pressure during weapon firing and generating a pulse to the ERD or a Data Acquisition System.(DAS) 3) Infra Red Flash Detector (IRFD) ? an optical sensor that picks up infra-red light frequency during weapon firing and output the signal to the ERD Or DAS In addition, the ERD must be capable to operate with SSBS and IRFD to provide a seamless engineering evaluation in ballistic testing. Statement of Work C.1 Scope: The contractor shall provide an off-the-shelf, solid state of BCRRS in Armament Technology Facility. C.1.1 Mission: The proposed purchasing contract of BCRRS aims to replenish and upgrade Armament Technology Facility (ATF) existing technology in engineering evaluation of armament system performance. The BCRRS should consist of a microprocessor recording device which must be compatible and operable with the SSBS and IRFD. To qualify evaluating armament system, the BCRRS must demonstrate the following minimum functions: 1) Electronic Recording Device must : Work compatible with the SSBS and IRFD. Function properly both in US electrical standard 120 VAC or a rechargeable portable battery. Operating time from battery is in excess of 8 hours with normal usage and printer operating. Display data summary clearly in a LCD Provide a printer or commercial standard output protocol to a printer, modem or computer to deliver the following data: 1) Number of rounds fired, 2) Average cyclic rate, 3) inter-shot time and cyclic rate Record and analyze a cyclic rate of 60 to 5000 rounds per minute Sustain impact resistance and weather protection with light weight. (less than 20 lbs) 2) Both SSBS and IRFD sensors require the following functions: Record a weapon system minimum firing rate of 2,000 rounds/Min Sustain Bradley muzzle blast at 15 feet with a 45 degree from barrel?s muzzle Perform under indoor testing environment without faulty data caused by echo Pick up M134 7.62mm 6 barrels mini-gun cyclic rate (approximately 2,000 rounds per min) 3) SSBS sensor?s additional required function: Pick up supersonic acoustic shock wave Detect acoustic pressure of M16 machine gun training blank ammunition. 4) IRFD sensor?s additional required function: Detect abrupt changes in infra red radiation Pick up high temperature gases emanating from gun?s muzzle Pick up Standard M16 Machine muzzle flash Use as a muzzle exit action time in military EPVAT testing C.2 Applicable Documents: C.2.1 Instruction Manual: Instruction manual shall be furnished with this equipment at no additional cost to the government. C.2.2 Calibration Instructions: Calibration procedures shall be furnished with this equipment. C.2.3 Operating Instructions shall be precise and in such detail that an electronic technician can operate and maintain this system. C.2.4 Drawings: Assembly, wiring, parts list and schematics shall be furnished with the equipment. C.2.5 Equipment shall be packaged in accordance with ASM D 3951 and shipped FOB to ARDEC, Building 7 (ATF), Picatinny Arsenal NJ 07806-5000, ATTN: Steve Chung Ext. 4-6458 C.2.6 Guarantee: Any defects caused by material or workmanship shall be repaired at no cost to the government for a period of not less than one year from the date of delivery. C.2.7 Initial Setup: The vendor shall provide assistance, if required, by phone or, failed that, on-site to aide the initial set-up and performance testing of this system at no additional cost to the government. C.3 Requirements: C.3.1 Performance Requirements and Specifications: The BCRRS must have the following capability and must meet or exceed the listing: A) ERD: Maximum number of shots selection - Thumbwheel switch or equivalence Time Accuracy ? Better than ? 1% @ 6,000rpm, ? 0.1% @ 600rpm Self test ? Comprehensive tests of CPU operation & Memory retention etc on power up Display ? 4 digit seven segment LCD, No. of shots and mean rate of fire Menu Switch ? Up to 16 different menus selecting specific combinations of FIRST, LAST number of shots in the burst, print data, inter-shot time Reset ? ready the system for the next burst Power supply for external charger/PSU ? 90VAC to 130VAC 50/60Hz B) Both SSBS and IRFD sensors: Output analog signal range - 5 Volt to 12 Volt with 1Ms duration Signal rise time - ground state to peak must ≤ to 1 Microsecond Sensors output - BNC connector Signal output range - drive a 45 ft. BNC cable. Protection - Corrosive resistant C) SSBS sensor: Maximum rate of fire ? 2,000 round per minute D) IRFD sensor: Power ? 9 Volts DC @ 10A current (operational between 5Volts and 12 Volts DC Maximum repetition rate- approximately 8Ms between events but limited by duration of flash C.3.2 Physical Properties: The system shall be solid-state C.3.4 Temperature range: Operational 0C to +40C C.3.5 Weight Maximum weight of any single item shall not exceed 20 pounds. C.3.6 Technical Evaluation Factors a. Unpacking b. Installation of equipment c. Input power requirements d. Accuracy e. Rate Recorder specification f. Sensors specification g. Rate recorder functions h. sensors functions i. Display specifications/characteristics/scale view of typical presentation. j. I/O bus characteristics k. Outline drawings 1) Rate recorder 2) Sensors l. Weight of each assembly m. Cable drawings C.3. Delivery: Contractor must deliver product to ATF no more than 90 days after contract is granted. FOB ARDEC, Building 7 (ATF), Picatinny Arsenal NJ 07806-5000, ATTN: Steve Chung Ext. 4-6458 CONTRACT CLAUSES The following clause provisions apply to this acquisition. All clauses listed by reference may be viewed and printed in their entirety from the following websites: http://procnet.pica.army.mil http://farsite.hill.af.mil/search.htm . BRAND NAME OR EQUAL TO: SABRE Ballistics part numbers 52.211-6 ? Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) ARDEC 68 - Identifiction of Contractor Employees (ARDEC 68) (NOV 03) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2, Evaluation -- Commercial Items, specific evaluation criteria to be included in paragraph (a) of that provision. *** All offers to be evaluated on meeting all the salient characteristics required and on price. Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. Additional contract requirement(s) and terms and conditions are included herein by reference: 52.225-13 Restrictions on certain Foreign Purchases (IAW FAR 25.1103(a)) DEC 2003; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (IAW FAR 32.1110(A)(1),(B), AND (C)(1)) OCT 2003 ; 252.204-7004 Required Central Contractor Registration (IAW DFARS 204.7304) NOV 2003: Commercial Warranty requirements consistent with customary commercial practices. 52.232-23 Assignments of Claims JAN 1986 52.233-1 Disputes DEC 1998 52.243-1 Changes ? Fixed Price AUG 1987 52.216-24 Limitation of Government Liability APR 1984 Commercial Packaging and Marking Inspection and Acceptance at destination. Material Inspection and acceptance form, DD250 marked with the purchase order number must be submitted with the shipment and copies go Steve, Chung Sing. ARDEC, Building 7 (ATF), Picatinny Arsenal NJ 07806-5000, ATTN: Steve Chung Ext. 4-6458 and to Theresa Niederhaus, Bldg. 10, Picatinny Arsenal, NJ 07806-5000. . The Defense Priorities and Allocations System (DPAS) rating is DO-C9E. Price quoted must be in U.S. dollars. Numbered note ____ applies. The date, time and place offers are due is February 18, 2005 by 2:30 pm Eastern time (EST). The name and fax number of the individual to contact for information regarding the solicitation is Theresa J. Niederhaus, fax 973-724-5904, e-mail tnieder@pica.army.mil
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-T-0401)
 
Record
SN00738312-W 20050123/050121212235 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.