Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOURCES SOUGHT

99 -- M1 Portable Vehicle Arresting Barrier (PVAB) System

Notice Date
5/22/2007
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-07-X-0334
 
Response Due
6/21/2007
 
Archive Date
7/21/2007
 
Description
The U.S. Army, Office of the Project Manager, Close Combat Systems, Picatinny Arsenal, NJ is seeking sources for the acquisition of the M1 Portable Vehicle Arresting Barrier (PVAB) System. The performance parameters of the M1 PVAB are categorized as follows: PARAMETER THRESHOLD/OBJEC. Vehicle Size* 7500 / 14,000 lbs Vehicle Speed* 45 / 60 mph Stopping Distance* 200 / 100 feet Remote Activation Method* Wired / Wireless Activation Distance* 300 / 1000 feet Net Activation Time* > 2 secs Installation Time 2 / .5 hours Installation Crew 3 / 2 Service Members System Weight 600 / 275 lbs. Total System Weight Not to exceed 1000 lbs. Individual Component Weight (including packaging) Not to exceed 150 lbs. (2 man lift) Lane Width Coverage Capable of bi-directional capture, single lane(12 ft) and two lane (24 ft)coverage Exterior Finish Dark/Non-Reflective; capable of being masked Transportability M988/1025/1025 HMMWV Cargo Compartment or trailer Vehicle Entanglement Prevent immediate debarking of occupants & reversing out of capture Stopping Force Not to exceed 2 Gs to vehicle occupants Warning Capability Visible; retro-reflective Prevent inadvertent capture of friendly vehicles Anchorage Stationary objects within 1.5m road edge & all soil conditions Reconfiguration. to Standby 10 / 3 minutes Mode After Activation Reconfiguration to 30 / 20 minutes Standby Mode After Capture Recovery Time 30 / 10 minutes The system, after installation in its standby mode, will allow traffic, to include all military and civilian vehicles (with the exception of tracked vehicles) to pass through, regardless of volume of traffic, without activating or damaging the system or vehicles. System electronic components designed so that electromagnetic environmental effects (E3) (Lightning, high powered microwave, electromagnetic interference) have minimum safety and operational impacts. System must be operable, without degradation of internal communications linkages, in close proximity (co-located) to radio and radar transmitting/receiving equipment. The system will not activate due to random radio transmissions or emissions from other electronic devices, nor will it interfere with same. Must be operable by users in Mission Oriented Protective Posture (MOPP) IV. Capable of operation and storage in climatic design types Hot and Basic as defined in AR 70-38. Capable of continuous operation in wet, humid, temperate and dry environments (desert to jungle) and during inclement weather conditions of rain, dust and sandstorms. System components must be resistant to the effects of chemicals, fluid and vapors normally associated with military field operations (petroleum, oils, and lubricants). System must be resilient to exposure to salt water. System must be capable of being rendered inoperable rapidly. System battery power, if used, must be commercial standard disposable batteries and/or rechargeable batteries. *Indicates a Key Performance Parameter (KPP) Interested sources are requested to provide a capability statement which incorporates the capacity to meet all of the aforementioned responsibilities. Responses should identify your current Business Structure: a. Name of Company/ include a technical point of contact, contact person's name, company address, telephone number, email address, item nomenclature, item description, and applicable brochure/literature. b. Company Size (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business.) The information must be submitted within 30 calendar days from the date of this publication to: US Army JM&L-LCMC, AMSML-AQ-CC, ATTN: Tim Cassidy, Building 9, Picatinny Arsenal, NJ 07806 E-mail: tim.cassidy@pica.army.mil , and carbon copied to Thomas Dougherty at tom.dougherty@pica.army.mil. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. This Market Survey is for planning purposes only and should not be construed as a request for proposal or as an obligation on the part of the US Government. NO AWARD WILL BE MADE AS A RESULT OF THIS MARKET SURVEY. ALL INFORMATION IS TO BE SUBMITTED AT NO COST OR OBLIGATION TO THE GOVERNMENT. Please identify any proprietary information submitted. Respondents will not be notified of the results of the survey. SEE NUMBERED NOTE 25.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-07-X-0334)
 
Record
SN01300476-W 20070524/070522221410 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.