SOURCES SOUGHT
23 -- Sources Sought for Transparent (Glass) Armor for M1114 Up-Armored HMMWV.
- Notice Date
- 3/19/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente, ATTN: AMSTA-CM-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- DAAE07-02-R-XXXX
- Response Due
- 5/19/2002
- Archive Date
- 6/18/2002
- Point of Contact
- Suzanne Gibson, 586-574-5888
- E-Mail Address
-
Email your questions to US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente
(gibsons@tacom.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA CODE R ? Sources Sought Market Survey The U.S. Army Tank-automotive and Armaments Command, PM Light Tactical Vehicle (PM LTV) Office Warren, MI is conducting a Sources Sought Market Survey due 60 days from the date of this advertisement. This is NOT an Invitation for Bid (IFB) or a Request fo r Proposal (RFP). This market survey is for information and planning purposes only and is not to be construed as a commitment by TACOM-Warren. Sources Sought for Transparent Armor for M1114 Up-Armor HMMWV This market survey is intended to determine supplier interest in supplying transparent armor and current transparent armor capabilities, weights, availability and estimated costs (product and life-cycle). Based on review and analysis of vendor responses, TACOM/PM LTV may elect to develop/finalize a performance specification for competitive procurement of ballistic transparent armor for the M1114. Should a competitive performance specification be developed, all new sources will be verified/tested to ensure their product is equal to or better than the current M1114 transparent armor. In conjunction with MIL-PRF-46108C the following information is provided to identify performance criteria that will likely be a part of a M1114 Transparent Armor Performance Specification, should one be developed and finalized. The transparent armor shall withstand multi-hit NATO 7.62 mm armor piercing projectiles at zero degree obliquity. Test sample panels shall be rigidly mounted in a steel frame. No full penetrations are allowed. Perforation of the witness panel due to spli nters, fragments, spall, the projectile, etc., shall not be acceptable. Potential suppliers shall define the ballistic limits that their transparent armor can withstand. Responses shall include multi-hit capability. Vibration shall be IAW MIL-STD-810, Method 514.4, Figure 514.1, Category 8 (ground mobile vehicles) along each orthogonal axis. Shock shall be IAW MIL-STD-810, Method 516.4, Figure 516.4-1, procedure 1 (Function Test of Ground Equipment) along each orthogo nal axis in both directions. Environmental resistance shall be IAW MIL-PRF-46108. Dust and sand exposure shall be IAW MIL-STD-810, Method 510.3 with sand exposure of 90 minutes on exterior surface and dust exposure for 12 hours on exterior surface to meet optical requirements following exposure. Humidity exposure shall be IAW MIL-STD-810, Method 507.3, procedure 1, Cycle 2 with 24 hours exposure to meet optical requirements following exposure. To control visual distortion, light exposure, optical deviation, and luminous transmittance shall be IAW MIL-PRF-46108. Transmittance shall be compatible with visible and military night vision sight infrared spectrums. The transparent armor shall be compat ible for use with night vision goggles. The windshield shall be capable of being subjected to thermal cycling from ?50 degrees F to 160 degrees F for 10 cycles without clouding, crazing, cracking, delaminating, or showing other evidence of deterioration. Test shall be conducted IAW MIL-STD-810, Method 510.3, Section II except one cycle shall consist of: a) Soak at ?50 +/- 5 degrees F for 2 hours b) Soak at 70 +/- 5 degrees F for 2 hours c) Soak at 160 +/- 5 degrees F for 2 hours d) Repeat Step b. Requirements verification and testing may be conducted in any cyclic order. Certain transparent armor defects are allowable per MIL-PRF-46108. No cracks or delamination are acceptable. The windshield shall be capable of sustaining arctic defrosting without clouding, crazing, cracking, delaminating, or showing other evidence of deterioration. The windshield transparent armor shall have a built-in 24 volt electronic de-ice system. The vendor shall provide a measurement of ballistic strength per square foot of armored transparent armor. A cost analysis based on Government geometric requirements shall be included. Include drawings of 2-piece windshield and door windows in a readil y available format. In order to capture operational support costs and weight savings for armored transparent armor, estimates shall be provided for the procurement and life cycle costs of the transparent armor. Weights shall be estimated for each piece of transparent armor ne eded for both the windshield and doors (see drawings 4660201 & 4660202 respectively). The vendor shall inform the Government if multiple models of transparent armor are available. If there are additional features in a vendor?s brand of transparent armor beyond those captured in the specifications above, the vendor shall define them and state how they will benefit the Government. The vendor shall identify high-cost drivers so that th e Government can decide which features it may trade-off in order to save money. It is the goal of the TACOM/PM LTV to reduce life cycle costs and transparent armor weight. Interested sources shall provide the following: 1. Supplier name, address, phone number, CAGE code, and POC. 2. Transparent armor style, model number, and name. 3. Current ballistic capability including; armor piercing projectile resistance, velocity, obliquity, and multi-hit resistance capability. 4. Weight of transparent armor per square foot for each model, for both the door and the windshield transparent armor. 5. Estimated transparent armor costs for one windshield and one door window. 6. Additional features, such as stone and chip resistance, durability of external and internal surfaces, maintenance, etc., and their associated costs/life cycle savings. 7. Identify your product features that have been verified, verification method, location and date of verification. Interested sources may obtain copies of this Market Survey, draft performance criteria and representative drawings located under Market Surveys and Sources Sought Notices on the TACOM Acquisition Web Page at: http://contracting.tacom.army.mil/opportunity .htm. In addition, a web site has been set up at http://contracting.tacom.army.mil/majorsys/hmmwvglass/hmmwvglass.htm in which this information and all future related information will be posted. All interested firms regardless of size are encouraged to r espond to this announcement. Responses to this Market Survey should be sent to Marie Moran, PM Light Tactical Vehicles and shall include the information requested in paragraphs 1-7 above. You may either e-mail or send hard copies of your response. Ms. Mo ran?s email address is moranm@tacom.army.mil. The mailing address is: Commander U.S. Army Tank automotive and Armaments Command ATTN: SFAE-CSS-LT (Ms. Moran) 6501 E. Eleven Mile Road Warren, MI 48397-5000
- Place of Performance
- Address: US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente ATTN: AMSTA-CM-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Zip Code: 48397-5000
- Record
- SN00045061-W 20020321/020319213321 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |