Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOURCES SOUGHT

16 -- Request for Information for a Solution to the Control and Display Sub-System 4 (CDS4) OH-58D Kiowa Warrior Requirement for a Cockpit Floor Mounted Ballistic Protection Capability

Notice Date
9/4/2009
 
Notice Type
Sources Sought
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4QXXXXXXX
 
Response Due
9/17/2009
 
Archive Date
11/16/2009
 
Point of Contact
Trent Steadman, (256) 955-9262
 
E-Mail Address
US Army Aviation and Missile Command (Missile)
(trent.steadman@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0SUBJECT This is a Request for Information (RFI) for a solution to the CDS4 OH-58D Kiowa Warrior (KW) Operational Needs Statement requirement for a Cockpit Floor Mounted Ballistic Protection capability. Currently there is an absence of ballistic coverage for the cockpit floor area leaving the pilots susceptible to potentially lethal small arms threats. Over the last several years of fighting in the Global War on Terror, there have been several fatalities, and aircraft losses due to small arms fire penetrating the aircraft flooring. Responses are due for this RFI by 4:00 PM on September 24, 2009. See section 8.0 for further information. 2.0DESCRIPTION The Product Manager for the OH-58D Kiowa Warrior (PM KW) is seeking information from industry that will assist in the development and fielding of a capability that enables the CDS4 OH-58D to meet its Cockpit Floor Ballistic Protection requirements. Ultimately, fielding this Cockpit Floor Armor capability requires the following from the contractor, except as where noted: a complete design solution for the Cockpit Floor Armor capability, a validated and verified (verification performed by the Government) Modification Work Order (MWO), a qualified A-Kit, a qualified B-Kit. (The A-Kit consists of all Hardware and permanent structure to include brackets/mounts. The B-Kit consists of the individual ballistic Panels). The proposed coverage area will be assumed at 3.7 square feet. PM KW desires that this capability be fielded to the First Unit Equipped (FUE) no later than April 2010. The total system (A-kit and B-Kit) weight must be no more than 16 pounds total. Specifically, this RFI seeks the following information: Conceptual technical architecture and design "Technical design for a Cockpit Floor Mounted Ballistic Protection capability, including separate floor mounted ballistic panels for the pilot and co-pilot stations, all associated mounting hardware and design support for the Modification Work Order (MWO) to meet the airworthiness requirements for the OH-58D. The design should provide for complete freedom of movement and non-interference with all flight controls (including after a ballistic impact) at the specified threat level. Freedom of movement for the pilots feet to operate the controls should also be addressed. "Approximate cost information including non-recurring and recurring breakouts. "Schedule estimate; including time to prototype, time to design, and time to produce and deliver all A-Kit and B-Kit components. "Weight estimate for total system, including individual weights of all A-Kit and B-Kit components. "Volume estimate for total system, including individual volumes of all A-Kit and B-Kit components. "Any known or suspected limitations against MIL-STD-810F and the MULTI-1560-001 Rev F. requirements. 3.0REQUIREMENTS The Cockpit Floor Mounted Ballistic solution should be able to meet the following requirements in order to be considered; "Protection level of 7.62X54R LPS with a V50 of 2700fps at a range of 50 meters with 0 degrees obliquity. "4 pounds per square foot or less. "No greater than 7/8 inches thick. "Provide test report to substantiate any claims of already qualified armor or statements to the contrary. "Complete aircraft modification instructions for the installation of both the A-Kit and B-Kit items in enough detail to be approved by the Aviation Engineering Directorate (AED). "Detailed Engineering Change Proposal (ECP) for any airframe invasive A-Kit installation proposals. "Meet all MIL-STD-810F Environmental requirements. "Have a highly durable protective coating. "Cockpit Floor Ballistic Protection total system weight requirement (A-Kit and B-Kit) is no more than 16 pounds. "Provide modification supplements or instructions for current aircraft maintenance manuals. Additional CDS4 PM KW functional requirements and information to be addressed/ considered: "Current planning is for PM KW to purchase the following for the CDS4 KW Cockpit Floor Ballistic Protection capability: 180 B-Kits and 400 A-Kits in FY10. "Operating temperature requirement for all Cockpit Floor Ballistic Protection A-Kit and B-Kit components is from -40 degrees C through 71 degrees C. "Proposed coverage area will be approximately 3.7 square feet. 4.0POSSIBLE CDS4 KW COCKPIT FLOOR MOUNTED BALLISTIC PROTECTION SOLUTIONS The CDS4 KW Cockpit Floor Ballistic Protection solution must address all of the concepts and requirements in paragraphs 1.0, 2.0, and 3.0 above. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses. 5.0SAMPLE RESPONSE OUTLINE Following is a suggested outline for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the Government. Nevertheless, respondents are free to develop their response as they see fit. Section 1 Concept Briefly describe your concept for the CDS4 KW Cockpit Floor Ballistic Protection solution, including the reliability, durability, and availability characteristics. Section 2 Feasibility Assessment Briefly describe the feasibility of your approach keeping in mind the space, weight, and power constraints of a small helicopter, such as the CDS4 OH-58D. Section 3 Cost and Schedule Estimates Provide cost estimates for non-recurring and recurring costs. Discuss cost drivers, cost tradeoffs, and schedule considerations. Also, provide a complete, detailed schedule to meet this urgent need with; time to prototype, time to design, as well as time to produce and deliver all A-Kit and B-Kit components. Section 4 Corporate Expertise Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. In particular, describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, security requirements, technical concerns, and any relevant lessons learned. Section 5 Logistics Capabilities Describe your companys experience in developing logistics products and providing logistics service for your products. Specifically, describe your experience in developing provisioning, publications and training data required to support your products. Describe your operator and maintainer training concept for the Cockpit Floor Ballistic Protection capability. Describe your experience in determining any ground support equipment and tooling required to support your products. Describe your experience in providing product support to users of your products. Section 6 Additional Materials Provide any other materials, suggestions, and discussion you deem appropriate. 6.0INFORMATION EXCHANGE MEETINGS PM KW does not intend to host an information exchange meeting to discuss this RFI with interested potential respondents. 7.0DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 8.0CONTACT INFORMATION Following is the Point of Contact (POC) for this RFI: Mr. Trent Steadman (256)842-1112 Trent.steadman@peoavn.army.mil Please submit responses via e-mail in Microsoft Office format by 4:00 PM on September 17, 2009, to the POC at trent.steadman@peoavn.army.mil. You may also submit supplemental hardcopy materials such as brochures, etc. (2 copies each) to the POC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH01/W31P4QXXXXXXX/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN01942466-W 20090906/090905002126-745dcab84b7bca7330840b70de3d12be (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.