Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

59 -- Advanced Headborne Accelerometers

Notice Date
4/20/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QYHEADBORNESENSOR
 
Response Due
5/15/2009
 
Archive Date
7/14/2009
 
Point of Contact
Kenneth Ryan, 5082336340<br />
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Product Manager Soldier Survivability (PM SSV) is seeking information regarding the ability of manufacturers to develop advanced headborne accelerometers capable of measuring, recording and storing physical property measurements and characteristics related to the warfighters physical motion experienced when exposed to kinetic energy, blast overpressures, shock, ballistic and impact events. This notice constitutes a Request for Information and vendors that submit replies to this notice will be considered in future solicitations. THIS IS NOT A SOLICITATION; no award will be made for this effort at this time. BACKGROUND: PM SSV is considering a solicitation to improve the capabilities of existing headborne sensor and determine the ability of industry to provide a solution that meets or exceeds the following requirements: 1) 24-month rechargeable battery life (before and after event triggered). 2) Utilize Adaptive Environmental Sustainable Energy Sources (Solar heat, and or Inertial) as a supplementary power management system for device battery power. 3) Measure/record/store direct translational accelerations up to 6000 Gs per full scale axis. 4) Measure/record/store rotational accelerations at 50,000 rad/sec2 per full scale axis. 5) Measure/record/store blast peak over pressure ranging up to 250 psi. 6) Devise will use multiple micro processing data recorder channels to measure events at an instantaneous response time less than 100 microseconds (s). 7) Measure/record/store single event accelerations up to 100 millisecond (ms) durations. 8) Measure/record/store single event peak pressures at an event rise time no less than 1 ms and complete pressure profiles up to 100 ms durations. 9) 40 kHz sampling rate per multiple sensor data channels. 10) Device accelerometers and pressure sensors will self trigger (default adjustable parameter feature) when exposed to blast over pressures, wide range of shock, ballistic and impact events. 11) Device will sense Electromagnetic pulses being generated from high energy explosive events, and self-trigger itself to measure and record both accelerations and pressures. 12) Device, when triggered, will actively record event data to RAM, which is then written to Flash in less than 20 s response time. 13) Device is to be hermetically sealed in a weather proof package) including cable connectors) and will fully operate in environment conditions ranging -60 degrees to 160 degrees F and 20 to 100% Relative Humidity. 14) Demonstrate Wireless Query Interrogations and Active Operational Monitoring of device using hand-held reader and/or centralized computer at distances ranging 1 10 feet to perform direct retrieval data transmission using both the wireless gateway techniques and/or closed module USB technologies. 15) Perform wireless data download transmissions of full event datasets up to 40 kb/sec to centralized computer system. 16) Device weight no greater than 10 grams. 17) Device geometrical platform size less than 2.0 in3. 18) Must be able to be internally mounted on the the existing Advanced Combat Helmet (ACH), as well as be compatible with items typically worn under the ACHPad Suspension System, headsets, etc. This RFI is for informational purposes only; this is not a Request for Proposal (RFP). All interested manufacturing vendors, regardless of size, are encouraged to respond to this RFI by submitting a technical concept paper which outlines planned approach, micro sensor features and system capabilities, scope of effort, and project schedule. The concept paper must clearly indicate the respondents ability to provide relevant manufacturing techniques, facilities, resources, procurement of materials/ designs to demonstrate production capabilities, perform and/or coordinate blast, shock, drop, blunt and ballistic impact testing in accordance with specific testing requirements stated in GL-PD-08-79 section 4.6 as so to provide all relevant technical data supporting the characterization and performance of the advanced prototype design. Additionally, the respondents must be able to provide design concept and system drawings of their proposed solution, and verification that the prototype designs and associated micro-sensor components are production ready and conform to the appropriate ISO-9001 and ISO-10012 industry standards, and all applicable federal procurement regulations (e.g., Berry Amendment). The technical concept paper must also include a standard unit cost, proposed delivery schedule for 1 10 prototypes, and a description of the Quality Management Processes/Plan to be employed in system design, verification and prototype production. Respondents are encouraged to provide an initial submission NLT 1 MAY 2009 indicating their intent to formally respond to this RFI. This initial submission should include preliminary data and literature. Final responses are due NLT 15 May 2009. The government will not pay for information received in response to this RFI and is in no way obligated by the information received. Inclusion in this RFI does not constitute Department of the Army approval for any product. Responses must be submitted to Mr. Kenneth Ryan via email at kenneth.francis.ryan@us.army.mil or delivery service to: Kenneth Ryan US Army Natick Soldier Center Research, Development Engineering Center Kansas Street BLDG 4 (AMSRD-NSR-WP-WP) Natick, MA 01760-5000 Phone: 508.233.6340 Fax: 508.233.5985
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd45876db9bfe2b91ddee29a7264c5e1&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01797118-W 20090422/090420221450-fd45876db9bfe2b91ddee29a7264c5e1 (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.