SOURCES SOUGHT
10 -- MARKET RESEARCH - REDESIGNED COMPUTER ELECTRONICS UNIT
- Notice Date
- 3/29/2006
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- OOOO
- Response Due
- 4/10/2006
- Archive Date
- 6/9/2006
- Small Business Set-Aside
- N/A
- Description
- This announcement will be used as a Market Research Tool. The objective of this effort is to replace three existing M1A1 Abrams Tank Line Replaceable Units (LRU) that have reached their maximum maturity level as defined below. In order to achieve thi s objective, the Contractor shall design and fabricate a Redesigned Fire Control Computer, referred to herein as the assembly that shall perform the same functions of the LRUs listed below: Computer Electronics Unit (CEU), PN 12997859, Spec No. SC 12997859 , Line of Sight Electronics Unit (LOS-EU), PN 12281256 Spec No. 05088SK-1100, Gun/Turret Drive Electronics Unit (GTD-EU), PN 12321130 Spec No. 10237-1130. Each one of the functions listed above shall be totally independent from each other in a manner that will insure that the assembly will remain operational even if any two are lost. The interface of the assembly with the rest of the vehicle FC system, as defined in the system specification SC-X10020L, shall remain unchanged and no additional changes/modifi cations will be required. GENERAL DESIGN REQUIREMENTS: Future Growth: The assembly shall provide at least 50% growth potential for future applications. Overall Reliability: The Mean Time Between Failure (MTBF) shall be at least 6100 hours. Embedded Diagn ostics (ED) Systems: The assembly shall interface with the ED system as it is being used in the Abrams Family of Vehicles and specified in PE51188 with no modifications. Canbus Interface The assembly shall be capable of interfacing with the ED systems thro ugh a Canbus interface as defined by SAE J1939-21.1553 Databus Interface: The assembly shall have the capability of interfacing a 1553 Databus interface. Built in Test: The assembly shall provide Build-In-Test circuitry and software that will allow the ass embly to diagnose problems down to the Circuit Card Assembly level and present the results thru the Redesigned Turret Networks Box Status Display Controller (SDC). VME Architecture: The assembly shall utilize VME technology currently used by the CEU and th e LOS-EU within the electronics racks envelop. The assembly will utilize the same mounting interface to the electronic rack as currently used by the Army inventory to maximize commonality. Size: The assembly shall not exceed the space claim currently used by the CEU and he LOS-EU within the electronics racks envelop. The assembly will utilize the same mounting interface to the electronics racks envelop. The assembly will utilize the same mounting interface to the electronic rack as currently used by the CEU and LOS-EU. Weight: The assembly shall not exceed 46 lbs to accommodate a single person lift. Nuclear Hardening: The assembly shall withstand nuclear threat environments as defined by the engineering activity responsible for nuclear survivability. All components and assemblies will be approved by the COR for nuclear hardness. Schedule: The effort shall be completed NLT December 31, 2008. First Article Test (FAT): This effort will require the performance of a FAT in order to confirm that all performance requirements are met; environmental conditions are addressed and vehicle integration is satisfactory. Time Frame: Completion of this effort is required within 2 years after contract award. Hardware: This effort will require at least 15 prototype hardware to be built. Technical Data Package (TDP): The TDP for this assembly (hardware and software) shall comply with the requirements of a 3-demensional Technical Data Package or will meet the requirements of level 3-TDP as defined by ASME Y14.100-2000 and MIL- DTL-31000. At the completion of this effort, the TDP for this assembly will be Government owned. THE PURPOSE OF THIS NOTICE IS TO IDENTIFY AND ESTABLISH INITIAL INTEREST AND POINTS OF CONTACT FROM PRIVATE INDUSTRY. THIS INFORMATION MAY BE USED TO PREPARE A BIDDERS MAILING LIST AND DESIGN AQUISTION STATEGY TO INCLUDE SOCIOECOOMIC PROGRAM SUPPORT, IT MA Y ALSO HELP TO IDENTIFY AND ESTABLISH COMMERCIAL PRACTICES AVALABLE TO THE GOVERNMENT. ANY RESPONSES TO THIS NOTICE SHOULD INCLUDE THE FOLLOWING: COMPANY NAME, POINT OF CONTACT, ADDRESS, TELEPHONE AND FAX NUMBERS, EMAIL ADDRESS, BRIEF DESCRIPTION OF COMPANY/CAPABILITIES, EXPERIENCED AREAS, SIZE, HISTORY, DUNS NUM BER, CAGE CODE AND/OR TAX ID NUMBER, AS WELL AS SIZE CATEGORY. ALSO PROVIDE ANY SUPPORTING INFORMATIONM SUCH AS COMMERCIAL LITERATURE, CATALOGUES, MANUALS, ETC. NO SOLICITATION WILL BE ISSUED AT THIS TIME. PARTICIPATION IN THIS EFFORT IS STRICTLY VOLUNTARY WITH NO COST OR OBLIGATION TO BE INCURRED BY THE US GOVT. THE US GOVT IN NO WAY IS BOUND TO THIS INFO IF ANY SOLICITATION IS ISSUED. NOTICE TO CONTRACTORS: ALL CONTRACTORS WHO PROVIDE GOODS OR SERVICES TO THE DOD MUST BE REGISTERED IN THE CENTRAL CONTRA CTORS REGISTER (CCR) TO REGISTER IN CCR VIA THE INTERNET, GO TO HTTP://CCR.EDI/DISA/MIL, OR CONTACT THE CCR REGISTRATION ASSISTANCE CENTER AT 1-888-227-2423. IF YOU HAVE ANY QUESTIONS, COMMENTS OR CONCERNS, PLS CONTACT PAM CANTERBURY, 309.782.4275 OR E-M AIL: CANTERBURYP@RIA.ARMY.MIL. ALL INFO MUST BE PROVIDED IN WRITING OR PUBLISHED FORM, AND SUBMITTED TO TACOM-RI, ATTN: AMSTA-LC-CAC-A/ATTN: PAM CANTERBURY, ROCK ISLAND, IL 61299-7630, WITHIN 10 DAYS OF PUBLICATION OF THIS ANNOUNCEMENT.
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN01017198-W 20060331/060329212519 (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 |