Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOURCES SOUGHT

25 -- Explosive Hazard Roller System

Notice Date
12/16/2010
 
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-11-X-B004
 
Response Due
1/31/2011
 
Archive Date
3/2/2011
 
Point of Contact
Jason Melofchik, Contract Specialist, (973)724-2575
 
E-Mail Address
Jason Melofchik
(jason.melofchik@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Joint Munitions & Lethality ContractingCenter Picatinny Arsenal, New Jersey 07806- 5000, on behalf of Product Manager for Improvised Explosive Device (IED) Defeat/ Protect Force (PM IEDD/PF) is looking for interested sources to provide a full-width, front mounted Explosive Hazard roller system that will be mounted on wheeled tactical vehicles through an interfacing bracket. The Explosive Hazard roller system must be capable of detonating surface laid and buried pressure activated triggering mechanisms linked to explosive hazards. Interested parties shall provide detailed and specific information pertaining to sections A and B below: Section A: General 1)If you currently posses a Commercial Off The Shelf (COTS) roller system that will meet the performance requirements, please provide a detailed description of its design and capabilities to include range of sizes, cost, performance capabilities, normal and standard features, transportability, road coverage, downward pressure, etc. 2)Description of plans to utilize or leverage existing 3rd party COTS products and manufacturers (such as farm and construction equipment) to meet the performance requirements. 3)Your companys ability to design/modify/manufacture a roller set that meets roller characteristics specified in section B below. 4)Your companys experience producing or working with the technology in question. 5)An estimate of your roller production rate per month and your ability to increase or decrease capacity? What is the longest lead time before the first roller would come off the assembly line if an order is placed? Please provide specific applicable quality processes and procedures used in the manufacturing of your roller system. 6)Your capability to handle and protect US Government classified data. Please describe the highest classification authorization and classified data handling procedures of your Company. If not, does your company have the ability to obtain the authority to handle classified data? 7)Explain your capability for providing product support, spare parts and tools for the initial delivery and during the service life of the equipment. Provide details as to your ability to produce technical manuals for operations and maintenance. This includes the ability to provide technical field support either in the Continental United States (CONUS) and Outside CONUS. 8)Explain how your company manages hardware/middleware/firmware/software configuration? Typically, how often does your company incorporate baseline changes to your system? Explain your companys definition of baseline change. What are your configuration management processes? 9)If middleware/firmware/software is loaded to the system to support operation/maintenance, how is it maintained/sustained? Explain electronic embedded diagnostics capability (Build In Test/Built In Test Equipment) supporting fault isolation of hardware and middleware/firmware/software. 10)Explain your capability for providing new equipment training (NET) as well as operation and maintenance training. 11)Explain your warranty program. Is the cost of any warranty included in the equipment price or is it an added cost? Section B: Technical Roller Characteristics --Comments to be provided by respondent. If your existing capabilities do not meet the roller characteristics, please specify modification and/or enhancement that will be anticipated to meet the technical requirement. General description of the rollers operations and features to support the stated requirement. -- Describe your product that you believe will meet the roller characteristics listed above and on the left of this table Installation provision and installation details --Please describe how your roller will be installed on the host vehicle (interface requirements)? How can they be adopted for various vehicles? Please describe your capability to quickly connect and disconnect rollers under normal operations or in an emergency. Roller width and other specific characteristics unique to your product -- Please describe the nominal width of the roller and how they can be adopted for various vehicle width requirements? Describe the rollers ability to detonate surface laid and buried anti-tank (AT) mines and pressure activated IEDs. -- Please describe the anticipated effectiveness of the rollers and the methodology (road surface type, speed, etc.) used to characterize your assessment. Describe your rollers ability to operate on various road surfaces -- Please specify the type of road surfaces, achievable speed, anticipated performance penalty on host vehicles, and vehicle suspension (axle load rating) Mode of operations --Please describe different modes of operations and procedures associated with changing mode of operations. Maneuverability --Please describe how maneuverable your roller is when installed on host vehicle and describe various terrain (typically facing US military personnel), obstacles, potholes, drainage ditches, grade, slope, and methodology used to assess your rollers performance. On-board power generation -- Please describe any on-board power generation and storage capability Target system weight -- Please provide an estimated target weight of the roller that will meet the.requirements listed in this notification. Roller standoff --Please describe the standoff capability of your roller design and whether the standoff distance is variable (manual or automatic, while in motion or stationary). If yes, what is the range? Anticipated system reliability data --Provide repair history if available. Describe the terrain in which your system was tested or used. Visibility --Please describe how your design will reduce visibility impacts to host vehicle operator 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 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 1500 hrs EST on 31 January 2011 to ACC JM&L-CC ATTN: Jason Melofchik, 973-724-2575, E-mail jason.melofchik@us.army.mil, Building 9, Picatinny Arsenal, New Jersey 07806-5000. Information shall be submitted on CD, hardcopy or email in pdf format.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8f1ba18bcaf2c809778df9cd54fd7a3)
 
Record
SN02346147-W 20101218/101216234742-c8f1ba18bcaf2c809778df9cd54fd7a3 (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.