SOLICITATION NOTICE
41 -- Sources Sought Announcement - Mounted Soldier Cooling Subsystem
- Notice Date
- 12/17/2010
- Notice Type
- Presolicitation
- NAICS
- 423730
— Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
- Contracting Office
- TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-MSCS
- Response Due
- 1/13/2011
- Archive Date
- 3/14/2011
- Point of Contact
- Joseph Badalamenti, 586-282-6001
- E-Mail Address
-
TACOM Contracting Center (TACOM-CC)
(joseph.badalamenti@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: Mounted Soldier System (MSS) links crewmembers to their platforms while mounted or dismounted. It contains three subsystems: (1.) the Mounted Soldier Cordless Communications Subsystem (MSCCS), (2.) the Mounted Soldier Display Subsystem (MSDS), and (3.) the Mounted Soldier Cooling Subsystem (MSCS). All three subsystems comprise soldier worn equipment as well as vehicle-mounted equipment. All vehicle-mounted equipment will interface with and fit footprint of platform A-Kits. As envisioned, MSS equipment will be used on 16 different Heavy Brigade Combat Team (HBCT) and 11 different Stryker Brigade Combat Team (SBCT) platform types. Separate sources sought will be released for each of the Mounted Soldier Subsystems. Sources sought cross reference numbers are as follows: W56HZV- MSCCS, W56HZV-MSDS and W56HZV-MSCS. PURPOSE: This is a Sources Sought announcement for the Mounted Soldier Cooling Subsystem (MSCS) of the Mounted Soldier System (MSS). This Market Research is for information and planning purposes only. On behalf of the Project Manager Soldier Warrior (PM-SWAR), the US Army Contracting Command, TACOM Contracting Center, is conducting a market research to identify potential sources for the production and delivery of the MSCS requirements. Any future contract action for this requirement is anticipated to be on a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) basis for up to five years. CONCEPT OF OPERATIONS: The system will be used on 16 different platforms in a Heavy Brigade Combat Team (HBCT) and on 11 different platforms in a Stryker Brigade Combat Team (SBCT). SYSTEM DESCRIPTION: The system consists of soldier-worn components and vehicle- mounted components. Under the current configuration, the MSCS soldier components consist of: Microclimate Cooling Garment (MCG). Likewise, the current configuration of the MSCS vehicle components consist of: Microclimate Unit (MCU2), Microclimate Unit- Next Generation (MCU-NG), umbilical hoses, manifolds and A-kit mounting brackets and hardware (A-Kit is procured separately.) The current system configuration components description are provided below: Microclimate Unit (MCU2 and MCU-NG). Provides cooling capability to crewmen. Microclimate Garment. This item is worn by the soldier and circulates the cooling liquid. Umbilical Hoses, Controller and Manifolds. These accessories assist in controlling and distributing the cooling liquid. SYSTEM REQUIREMENTS: The proposed system shall be a proven technology with Technology Readiness Level (TRL) 6 or better. Sources sought capabilities provided below are a limited subset of the total system requirements. The system shall contain the following capabilities: Provide a minimum of 324 watts of cooling (MCU-NG). Provide a minimum of 500 watts of cooling (MCU2). The two cooling units shall have the same footprint. The maximum dimension of the cooling units shall be 11"L X 7"W X 7.1"H. Able to perform during changes in orientation associated with vehicle maneuvers. Prevent vehicle performance degradation or cause degradation of other mission equipment when located in close proximity to one another. Provide a minimum of 4, and a maximum of 10, manually selected user control settings with the lowest setting corresponding to the system off condition and the highest setting corresponding to the system's maximum operating (cooling performance) condition. The temperature of the exhaust air of the MCU-NG and MCU2 shall be no more than 145 F. Total weight for Cooling Garment shall not exceed 3 pounds. The weight for either cooling unit shall not exceed 18 pounds. Must be physically, optically, and functionally compatible with Army crewman carried equipment without degrading their performance to include headgear and helmet. Cable and connectors shall meet MIL-STD-461F for EMI shielding and grounding standards, MIL-STD-1472F and MIL-DTL-38999. Body breakaway connectors shall fully separate with a force of 20 pounds ( 3) Soldier worn connectors shall endure at least 1000 disconnect/reconnect cycles without failure. Mean-Time-Between-Failure (MTBF) of 1200 Hours demonstrated with 90% Lower Confidence Level Mean-Time-Between-Essential-Function-Failure (MTBEFF) of at least 600 operational hours demonstrated with 90% Lower Confidence Level The system uses 18.2 watts nominal power with a peak power of 28 watts (Minimum Voltage: 18Vdc, Nominal Voltage: 28Vdc, Maximum Voltage: 33Vdc, Nominal Current: 650mA, Maximum Current: 1A Mean-Time-To-Repair (MTTR) of less than 0.5 hours at Unit Maintenance Level Maintenance Ratio (MR) of < 0.005 Maintenance Man Hours/System Operating Hours. Shall not contain Flourocarbon/polymide (Kapton), Polyvinyl Chloride (PVC) and HC Chrome. If the system contains these materials, provide a mitigation plan to eliminate its use. Shall meet MIL-STD-810F, MIL-STD 1275D and MIL-STD-464A. PROGRAM SCHEDULE: Proposed system shall meet program schedule as follows: Contract Award - 4Q FY11 Contractor Verification Test - 2Q FY12 Deliver equipment for Developmental Test (DT) and IOTE - 3Q FY12 PRODUCTION REQUIREMENTS: The anticipated Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract will be up to five years. Although quantities may change, for purposes of this sources sought, the estimated production requirement for soldier equipment is 1,052 (minimum) to 7,504 (maximum). Estimated vehicle-mounted component production requirements range from 351 (minimum) to 2691 (maximum). INFORMATION REQUESTED: All responding sources shall provide the information in the following format and comply with the 15-page limit: Cover Page (Company, POC, Phone Number) Provide proposed system description and indicate any limitations to meet system requirements. Provide TRL, weight, dimensions, part number and source for system components. Provide quantity of deployed systems and their current locations. Provide evidence of platform integration for at least one variant of each platform type of the Abrams, Bradley and Stryker vehicles. List tests, test date, test organization and POC that supports the TRL level 6 or better of the components. Summarize test results. Describe manufacturing processes and capability to deliver system production requirements. Provide current production capacity per month, and ability to handle a surge using regular production facilities (i.e. without increasing cost due to additional production lines or shifts. Discuss the ability to have additional shifts. Identify any production limits to meet requirements. Summarize proposed system supportability efforts. Please provide a top level pricing estimate (Rough Order of Magnitude) ROM for the following estimated quantities. Please provide your pricing estimate as a "unit price" for the soldier worn price and vehicle mounted price. Please also provide any assumptions that you have used to calculate these prices. Minimum Quantities: COOLING Subsystem Yr. 1 Yr. 2 Yr. 3 Yr. 4 Yr.5 Estimated Soldier Worn Quantities1,0521,3091,4481,6692,026 Estimated Vehicle Mounted Quantities351466528627719 Estimated Soldier Worn Costs Estimated Vehicle Mounted Costs The Government is receptive to the identification of cost savings initiatives. Identify program and technical risks for proposed system to include schedule, price/cost, performance, test, production, delivery, installation and supportability. RFI Page Limit: 15 pages, single space, Font: Times New Roman, 12 point font size. Interested parties are encouraged to submit the information requested in electronic format (email and CD/DVD, Microsoft Office compatible format) and hard copy to: U.S. Army Contracting Command, TACOM Contracting Center, ATTN: Daniel Poehling, MS 515 6501 E. Eleven Mile Road, Warren, MI 48397-5000; EMAIL ADDRESS - (daniel.poehling@us.army.mil, joseph.badalamenti@us.army.mil and to Mario Velez, email mario.velez@us.army.mil). Please submit your responses NLT 0900 (0:00 AM) Eastern Time, 13 January 2011. Responses received after this time will not be considered. Unsolicited proposals submitted will not be considered nor reviewed. This Market Research does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the U. S. Government. No award will be made as a result of this Market Research. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Research. Respondents will not be notified of the results of this survey or results of information submitted.. As part of this market research, PM-SWAR may request a presentation or demonstration to be provided at Fort Belvoir, VA. Contracting Office Address: TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000 Place of Performance: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 Point of Contact(s): Daniel C. Poehling, 586-282-2266, Joseph Badalamenti, 586-282-6001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e957e527f0cbbc356753c8df4ff5ef6)
- Place of Performance
- Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02346467-W 20101219/101217234019-0e957e527f0cbbc356753c8df4ff5ef6 (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 |