SOURCES SOUGHT
10 -- ELECTRONIC EXPLOSIVE INITIATOR
- Notice Date
- 2/26/2009
- Notice Type
- Sources Sought
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016409RJM40
- Response Due
- 3/13/2009
- Archive Date
- 3/28/2009
- Point of Contact
- MR. PAUL JOHNSON, 812-854-3225,email: paul.johnson@navy.mil<br />
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY - SOURCES SOUGHT SYNOPSIS This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/homepage.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. The Naval Surface Warfare Center (NSWC) Crane Division is seeking expressions of interest to develop a family of electronic explosive initiation systems to replace the diverse group of currently fielded devices. United States Special Operations Command envisions a family of modular initiating systems formed around a standard base electronic time delay device that can be configured to add modules to meet different mission sets. Base Unit Requirements 1.Safetya.Complies with MIL-STD-1913 and can be safely hand carried even after attachment to the explosive charge.b.Complies with MIL-STD-464 Electromagnetic Environmental Effectsc.Complies with MIL-STD-331 ESD 25Kv and 300KVd.Complies with MIL-STD-2105 for Insensitive Munitionse.Software/firmware complies with the Joint Software System Safety Handbookf.Probability of inadvertent initiation of a unit, or the wrong unit shall be less than 10^-6g.Initiator fragmentation is non-lethal in 8m radiush.The base unit shall contain all secondary explosives.2.Physicala.The base unit fits into a battle dress uniform (BDU) pocket and has a total volume of no more than 9 cubic inches.b.Unit must weight less than 0.6 lbs3.Time Delay Functiona.Relative Mode - 5 Minute to 30 Day Countdown Fire Mode relative to arming the deviceb.Absolute Mode - 5 Minute to 30 Day Programmable Fire Mode based on initial "current time" program (unit will initiate at set time)4.Powera.Uses commonly available commercial batteriesi.Base unit may have non-replaceable batteryii.The transmitter for any accessories must have user replaceable batteries.b.Must be able to be programmed, set, countdown (up to 30 days), and fired in temperature ranges from -32F to 140F.5.Outputa.Capability to initiate C4 without the need of a explosive lead boosterb.Capability to initiate both pyrotechnic lead or detonation cord6.Interfacea.Has a standard connection/interface to be used with all attachable accessories defined below (ie any source input signal can be recognized and used to initiate the base unit)7.Environmentala.Units must be able to withstand a 5 foot drop and continue to fully function.b.Must function in temperatures ranges from -32F to 140Fc.Must be waterproof down to a 66 foot depthd.Must remain fully functional after loose cargo transportation vibration in accordance with MIL-STD-331C8.Costa.The base unit should cost approximately $300 or less in quantities of 10K Attachable Accessories - Input Function Sources 1.Sympathetic Detonator - Sound/Pressure output initiation2.Breaching Initiatora.Up to 50m range indoors or outb.Function around corners3.Remote Initiator (RF)a.Range up to 18km4.Motion detection initiator with a timed self-destruct mechanism from 4 hours to 30 days.5.Magnetic detection initiator with a timed self-destruct mechanism from 4 hours to 30 days.6.Trip wire initiator with a timed self-destruct mechanism from 4 hours to 30 days. The Government requests a white paper of no more than 5 pages including the following information:-Firm name, mailing address, telephone and facsimile numbers, World Wide Web (Internet) presence (if any), size of firm, number of years performing related work and direct points of contact including e-mail addresses -Technical information on any products with the above mentioned characteristics-Information documenting research performed with regards to the above mentioned characteristics Any other research data, test reports, product technical data sheets, ect. that would be of benefit to the Government will be accepted along with the 5-page paper. Only written responses transmitted electronically, or by mail will be accepted. Electronically submitted responses on CD are preferred. Responses to this announcement should be received NO LATER THAN 13 March 2009. Respondents can send CDs and other data to: NSWC Crane, Code JXMP, Bldg. 3373, 300 HW 361, Crane, IN 47522, ATTN: Brandon Boeglin. Any firm wishing to brief the Special Operations Community at a Demolition/Breeching Integrated Product Team (IPT) with their proposed ideas or solutions is invited to do so the afternoon of 18 March 2009 in Tampa, Florida. Contractors will be allowed a 30 minute presentation slot after which a Q&A session with the community may/may not occur (pending the number of firms wishing to present). Firms wishing to present are asked to contract Mr. Bill Cardenas at USSOCOM (Email: william.cardenas.ctr@socom.mil) by COB 10 March 2009 to reserve a presentation slot and also to receive visit request information along with maps, hotel information, etc. for the area. Due to proprietary concerns of the presenting firms, briefers will be asked to wait until their time to present and then leave immediately following their presentation so as not to hear other firm's presentations. It should be noted that the Government plans to utilize employees from Science Applications International Corporation (SAIC), Wexford Group International (WGI), Booz Allen Hamilton (BAH) and possibly other direct Government contractors as advisors to the Government. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The Government will not provide payment for any information provided in responses to this announcement, nor will the Government return any data provided. All data provided will be for official Government use only. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. All interested sources are encouraged to submit information to NAVSURFWARCENDIV Crane by close of business 13 March 2009. Questions regarding this announcement may be directed to the Contracting Officer, Mr. Paul Johnson, Code 0562, Bldg. 3373, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-3225, or e-mail paul.johnson@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89878090d6decd6ffae3db2d99c76829&tab=core&_cview=1)
- Record
- SN01758029-W 20090228/090226220928-4a9425b1bc414474e6b6f7ea03cb25df (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 |