Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOLICITATION NOTICE

23 -- Lightweight Transparent Armor Window Assemblies

Notice Date
1/25/2012
 
Notice Type
Cancellation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133112R0009
 
Response Due
2/27/2012
 
Archive Date
3/13/2012
 
Point of Contact
Annette deSercey 850-235-5483 or Don Bickford at 850-234-4853
 
E-Mail Address
annette.desercey@navy.mil
(annette.desercey@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center, Panama City Division (NSWC PCD) has a requirement for Transparent Armor (TA) window assemblies to be installed on the Mine Resistant Ambush Protected (MRAP) Buffalo vehicle A1 variant. A TA window assembly protects personnel against ballistic and explosive threats while allowing clear visibility. The assembly incorporates a TA window, framing, mounting hardware, and gaskets or sealant. The requirements for the proposed assembly are, but are not limited to: 1. Type: Transparent Armor Window Assembly. 2. Armor: Water-white & tint-free transparent ballistic armor. 3. Framing: Of steel construction. Must contain gaskets or sealant to provide airtight seal between the outside environment and the inside of the vehicle. Must provide integrity against explosive blast equal to frames on the A2 Buffalo variant. 4. Vehicle Interface: Must mount to existing bolt holes on the A1 Buffalo variant. High emphasis on the interface between the assemblies and the vehicle. Proper integration must be achieved. 5. Density: Areal density 40-50 pounds per square foot for the transparent armor. 6. Thickness: Overall assembly less than 4.75 inches thick. 7. Operational Temp Range: -25 to 130 F. 8. Maintenance: Transparent armor must resist stone pecking and scratching to the exterior surface. The use of technology to protect from stone pecking damage is permitted. Laminates that improve thermal loading while not degrading the vehicle visibility are encouraged. 9. Performance: Protection qualities equal to that currently employed on the A2 Buffalo variant. Light and night vision device transmittance, and optical clarity equal to that currently employed on the A2 Buffalo variant. A Firm Fixed Price type contract is anticipated. Delivery will be made to the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Avenue, Panama City Beach, FL 32407-7001. The North American Industry Classification System (NAICS) Code is 336992. FSC is 2305 and the size standard is 500 employees. Any questions relating to this announcement are due 3 business days from the date this notice is published. US Contractors may request a copy of the drawing by providing their Central Contractor Registration (CCR) information to the Contract Specialist. Interested parties may submit comments or requests in writing to the Contract Specialist: Annette de Sercey, Code B32, (850) 235-5483, FAX (850) 234-4197 or e-mail address annette.desercey@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9926d12e6edd65da6648138fb6564703)
 
Record
SN02660946-W 20120127/120125234637-9926d12e6edd65da6648138fb6564703 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.