Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOURCES SOUGHT

A -- Manufacture, Testing, and Delivery of Weapon Effects Signature Simulation (WESS)

Notice Date
11/24/2009
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-10-X-0138
 
Response Due
12/24/2009
 
Archive Date
1/23/2010
 
Point of Contact
John Swift, Contract Specialist, (973)724-4970
 
E-Mail Address
John Swift
(john.r.swift@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Pryrotechnics Technology & Prototyping Divsion at Picatinny Arsenal, Picatinny, NJ, incooperation with PEO-STRI, Orlando, FL is conducting a Market Survey to identify potentialsources for the Manufacture, Inspection, Testing, and Delivery of Weapon Effects SignatureSimulation (WESS) system over a one year period. The WESS system shall consist ofpyrotechnic cartridge and launchers (launching platforms). This system will be a visualsimulation of an incoming shoulder-fired ground to air missile for aircraft training to beused initially with the Man-portable Aircraft Survivability Trainer (MAST) program. Thepyrotechnic launcher will have a two-way interface to the MAST device and have aself-contained power source. Performance characteristics of the proposed design shall meet the following criteria: 1.Entire System: a.Will weigh no more than 20lbs total including 1 launcher, 12 cartridges, and power supply, brain box, and wire to MAST device. b.Will be capable of operation in 5 minutes once set in place. c.Will require production capacity capability of 1,000 to 10,000 rounds per year for Pyro Cartridges, and 33 units per year for 3 years for the launcher, brain box,power source, and wire to MAST device. d.Will achieve Type Classification / Material Release in accordance with AR 700-142 to obtain safety release. e.If batteries are used - All batteries shall take no more than two (2) minutes to replace. All batteries shall be U.S. Army Communications-Electronics Command (CECOM)approved. (www.monmouth.army.mil/cecom/lrc). All batteries shall be easily accessible to the operator without need for special tools. f.If applicable Please describe your companys past performance of getting safety releases, safety confirmations, Material Releases, and/or Type Classifications. The offeror shall provide their capabilities/qualifications regarding the entire system. 2.Pyro Cartridge: a.Will be a separate unit from the Pryo Launcher. b.Will be fired vertically (90 deg). c.Will be self-consuming in ascending flight, with no danger of debris falling after flight. d.Will create a trail of white/grayish smoke. e.Will create a light signature visible using night vision, and preferably visible light signature in daylight. f.Will produce visual effects to appear prominently when viewed from aircraft at minimum altitude of 1500. g.Will reach an altitude of 450-1500 depending on market research data and cost, schedule, and performance data. The offeror shall provide their qualifications regarding types of pyro cartridges available. 3.Pyro Launcher: a.Will be compact enough to be safely carried by one operator. b.Will have its own power source, with an external visual indicator of remaining charge. c.Will be able to fire a sequence of four cartridges, with two reloads of 4 cartridges each available on board. d.Will be able to receive a reload of four pyro cartridges within 5 minutes. e.Will be capable of being temporarily securely anchored to ground. f.Sound from launch will not exceed 140 decibel (15 m from the launching spot). g.Connectors must be compliant with PEO-STRI ICD 4.2 specs: http://www.peostri.army.mil/PM-TRADE/ICD/ntc/. The offeror shall provide their qualifications regarding types of pyro launchers available. 4.MAST Device Interface: a.Will be capable of 2-way communication with the MAST device, i.e., capable of receiving signals to launch cartridges, and sending signals when there is a malfunction/empty launcher, round count, Ready / Not Ready for launch. b.Daisy chain firing device- capability of firing a sequence of four cartridges, and interface with the brain box, two re-loads of 4 cartridges each time. c.Will be a wired solution to the MAST device. d.Will take no more than 5 minutes to re-boot or initial setup. e.Will receive a 10mA signal from MAST device to launch Pyro Cartridges compliant with PEO-STRI ICD 4.2 specs: http://www.peostri.army.mil/PM-TRADE/ICD/ntc/. The offeror shall provide their capabilities/qualifications regarding the MAST Device Interface. Interested parties that believe they can meet the above requirements shall provide the U.S. Army a description of their capabilities, including a brief summary of their companys capabilities in R&D, manufacturing, and testing. Responses should identify their current business structures: (a) Name of Company include contact persons name, company address, telephone numbers (voice and fax), email address. (b) Company size (i.e., 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). Identify current major manufacturing processes, critical skills and equipment, and current production capabilities, which should include your maximum production rate attainable and minimum sustaining rate. Identify your organizations Facilities, Equipment, Unique capabilities, Environmental Concerns, Storage, Shipping, Receiving and other Support Functions, such as testing capabilities for conducting acceptance testing of the end product. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. 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. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their qualification data and requested information no later than 1700 hrs EST on 19 December 2009 by email to john.r.swift@us.army.mil. Interested sources may also submit their qualification data and requested information to JM&L Acquisition Center, ATTN: John R. Swift, Building 9, Picatinny Arsenal, New Jersey 07806-5000 no later than1700 hrs EST on 19 December 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b97c6a5a539bf08530fe56df4c2bc19a)
 
Record
SN02010720-W 20091126/091124235430-b97c6a5a539bf08530fe56df4c2bc19a (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.