Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

69 -- IED Hostage Device

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
N68836 FISC JACKSONVILLE, MAYPORT DET Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883610T0284
 
Response Due
7/21/2010
 
Archive Date
8/5/2010
 
Point of Contact
Carolyn Wilson 904-270-5699 x147 EODC Shaw Cole, 850-883-7654
 
E-Mail Address
Contracting Officer
(carolyn.wilson1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 N68836-10-T-0284 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the lastest edition of the Federal Acquisition Circular. This solicitation is issued on an Total Small Business Set-A-Side basis (see Numbered Note 1), NAICS Code 334418; The Center for EOD and Diving requires Custom IED Hostage Device in accordance with the attached Statement of Work: STATEMENT OF WORK FORNAVAL SCHOOL EXPLOSIVE ORDNANCE DISPOSAL AIEDDDIVISION Custom IED Hostage Device 1. SCOPE. 1.1 This Statement of Work (SOW) defines the requirementsfor Custom Hostage Device. 2. REQUIREMENTS. 2.1 General. At a minimum these devices shall be designedto fit the details below. All circuits should be designed to fitfunctions listed below. The device will come fully assembled andfunctional. 2.1.1 25ea: The device will be two boxes that are strapped to a person on the chest and back. The front and back boxes will be completely independent except for the straps that will be connected through current which if broken will fire both front and back of device. There will be four total straps; one over each shoulder and one around each side of the waist. The straps will be made of 1/8" to 1/4" braided cable or better. The device will be timed. It will have anti removal switches in the High Explosives (HE) for all of the detonators (det). There will be a lift switch on the front box that will fire the box if the device is taken off the person. The dets (3ea front and back) will beN/O, N/C, and normal (in series with the speaker). Both circuit boards will have extra N/O and N/C switches for personalization. The device will contain a GPS Module to prevent the hostage from walking around in an outside environment. The GPS function will be capable of being turned off without losing any other functions of the device. The actual GPS module will be shipped separately (1ea per 5 devices). The device will also involve hand cuffs and chains with simple padlocks for securing to the victim. The boxes will be of aluminum construction 1/4 inch thick. The fronts of both boxes should be removable to allow arming, trouble shooting,and tightening of current wires/straps. The removable fronts will have micro switches to prevent removal after arming. There will be separate power supplies for both the boxes and will be 12v long lasting rechargeable dry cell lithium batteries. 2.1.2 Front Box: The box will be made of 1/4 inch aluminum and will open from the front via finger screws. There will be a N/O micro switch on the inside of the front plate to prevent removal. It will be 12" wide, 18" tall, and 3" deep at a minimum. It will consist of a count down timer which will be 7-segment and protrude from the front of the device centered toward the top. It will be capable of time change and will display; hours, minutes,seconds, and milliseconds. The timer will only fire the front box. In the center of the box will be approximately 3 lbs of HE with ball bearings imbedded. The HE will consist of three magnetic reed switches for anti removal of dets. Three dets will be placed in the HE with the magnets for the reed switches attached. Underneath the HE will be a N/C spring loaded switchthat protrudes through the box with a 4" x 4" aluminum plate attached to prevent removal of the box. The circuit board will be placed in the bottom of the box and have multiple N/O and N/C switches for modifications. This board will also consist of the GPS module port. The 12v battery will be secured in the bottom of the device next to the circuit board. There will be two cuffs attached to the bottom of the box to keep the victims hands secured. On the bottom in the center of the box will be a chain and padlock that secures the front box to the back box between the victim's legs. 2.1.3 Back Box: The box will be made of 1/4 inch aluminum and will open from the front via finger screws. There will be a N/O micro switch on the inside of the front plate to prevent removal. It will be 12" wide, 18" tall, and 3" deep at a minimum. In the center of the box will be approximately 3 lbs of HE with ball bearings imbedded. The HE will consist of three magnetic reed switches for anti removal of dets. Three dets will be placed in the HE with the magnets for the reed switches attached. Thecircuit board will be placed in the bottom of the box and have multiple N/O and N/C switches for modifications. The 12v battery will be secured in the bottom of the device next to the circuit board. 2.1.4 Design Standards: These boards are to be professionally engineered and assembled free of operational andcosmetic defect. "Hobby level" quality is not acceptable. All soldering must be both functional and free of defects. Cold solder joints are not acceptable. Solder joints must have a concave fillet. Repair of circuit defects by use of "jumper wires" is unacceptable. Trace width will be a minimum of 0.032inches and a maximum of 0.05 inches. Boards must be manufactured at least at IPC Class 2 standards. Solder mask must be NAN-YA NPG-R/NPG-TL or equivalent. Boards must be manufactured at a board house with at least the following certifications: UL94V-0, ISO-9002, QS-9000, ISO-14000 2.1.5 Arming & Firing: The Arming function of the deviceneeds to either involve a one minute timer to allow time for the covers to be installed or be capable of being armed on the exterior without being able to be disarmed in the same manner. The firing of the device needs to last for approximately 5 - 10 seconds and automatically rearm. 3. GOVERNMENT FURNISHED MATERIAL - N/A 4. DELIVERABLES 4.1 Materials to be delivered to Advanced IED DisposalDivision at SITE C-87 Bob Sikes Road, Eglin AFB. 5. PERIOD OF PERFORMANCE - N/A 6. SECURITY - in accordance with Govt. Facility procedures 7. DISTRIBUTION LIMITATION STATEMENT - None 8. RELEASE OF INFORMATION - None 9. PERFORMANCE BASED REQUIREMENT - N/A 10. Point of Contact - EODCS SHAWN COLE, AIEDD DEPARTMENT HEAD, shawn.cole1@navy.mil The following clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items;52.212-3 Offeror Representations and Certifications-Commercial Items; 52.204-7 Central Contractor Registration; 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, and citing: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52,232-33; 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, and citing: 252.225-7001 and 252.232-7003; Offers are due by close of business 21 Jul 2010 and may be emailed to Carolyn.wilson1@navy.mil or faxed to 904-270-6498.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883610T0284/listing.html)
 
Place of Performance
Address: Center for EOD and Diving, Panama City, Florida
Zip Code: 32407
 
Record
SN02208379-W 20100718/100716234855-3edb293d311f7e01b5e9ad712dd01429 (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.