Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2010 FBO #3312
SOLICITATION NOTICE

58 -- Sources Sought Announcement - Mounted Soldier Display Subsystem

Notice Date
12/17/2010
 
Notice Type
Presolicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
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-MSDS
 
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 Display Subsystem (MSDS) 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 MSDS 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 MSDS soldier components consist of: Helmet Mounted Display (HMD) or Micro-display, and a Display Control Module (DCM) or Integrated Control Module (ICM). Likewise, the current configuration of the MSDS vehicle components consist of: Video Switch Box (VSB), video coil cable, straight cable and A-kit mounting brackets and hardware (A-Kit is procured separately.) The current system configuration component descriptions are provided below: Helmet Mounted Display or Micro-Display. Provides a full color display with a breakaway cable and allows remote viewing of the platform/vehicle-based displays and sensors. The HMD is attached to either the right or left top front of the helmet. The Micro-Display is clipped to either the right or left side of the helmet. The display weight shall be 0.5 lb or less. Display Control Module (DCM) or Integrated Control Module (ICM). The DCM allows the Mounted Soldier to toggle between video sources, and adjust brightness. The DCM/ICM controls video input from the VSB to the HMD. The ICM combines two controllers (DCM and Smart Adapter from the MS Cordless Communications Subsystem) into one controller. The ICM controls include channel up/down, volume up/down, push-to-talk (PTT), brightness up/down and video selection. The DCM weight shall be 0.65 lbs or less. The DCM shall be 1.2"X4.3"X3.1". The ICM weight shall be 1.45 lbs or less. The ICM shall be 1.3"X4.9"X3.4". Since the ICM also controls the Mounted Soldier Cordless Communications Subsystem (MSCCS) and the basis of issue for the Mounted Soldier Display Subsystem (MSDS) is in some cases different, there is a potential need for both the DCM and the ICM. Video Coil Cable. The Video Coil Cable connects from the DCM or ICM to the soldier video port on the vehicle. This cable provides the video from vehicle on-board sources. The cable weight shall be 1 lb. When fully extended, the cable shall be 112" long. The cable shall be 39" inches when not stretched. Straight Cable (10, 11, 16 or 24 ft). Connects the soldier video port to the Video Switch Box (VSB). The maximum weight for the 24 ft cable shall be 3.0 lbs. Video Switch Box (VSB). The vehicle-mounted VSB collects the video signals from the host platform and feeds the video to the DCM/ICM which routes it to the HMD. The VSB integrates video signals from the vehicle displays and sensors. VSB shall support 4 users and 5 video input signals. The VSB shall be 9.5"W X 6.6"D X 2.25"H in order to fit available space in the vehicle. The VSB weight shall be 4.6 lbs or less. 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: Ability to access video images from the Force XXI Battle Command display, Brigade and Below (FBCB2), Driver's Vision Enhancer (DVE), and Remote Weapon System (RWS) and other vehicle sensors. Helmet-mounted full-color, removable user monocular display that provides readable displays, during day and night operations, without distortion or text degradation. At a minimum, standard 800X600, 60Hz (non-interlaced) pixel resolution to read messages, icons, images, maps, and graphics. Ability to position display over either eye, or stowable out of the users field of view without disconnecting from the system. 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. Head breakaway connectors shall fully separate with a force of 15 ( 3) pounds. 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. Head-borne weight of Mounted Soldier components shall not exceed 1.4 pounds Mean-Time-Between-Failure (MTBF) of 3600 Hours demonstrated with 90% Lower Confidence Level Mean-Time-Between-Essential-Function-Failure (MTBEFF) of at least 1800 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 Initial Operational Test and Evaluation (IOTE) - 3Q FY12 PRODUCTION REQUIREMENTS: The anticipated Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract will be up to five years. Although the quantities may change, for purposes of this sources sought, the estimated production requirement for soldier equipment is 462 (minimum) to 4,399 (maximum). Estimated vehicle-mounted component production requirements range from 273 (minimum) to 2,301 (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. Wireless display is an objective capability. Explain how this capability can be initially provided or inserted as a product improvement. Explain how this technology will achieve and/or has achieved security accreditation. 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. Estimated Quantities: (Min. Qty.) DISPLAY Subsystem Yr.1 Yr.2 Yr.3 Yr.4 Yr.5 Estimated Soldier Worn Quantities4626998281,0311,379 Estimated Vehicle Mounted Quantities273388450549641 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 (9:00 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/1b087cfa512ebe8ffbbb27c95047cc92)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02346538-W 20101219/101217234051-1b087cfa512ebe8ffbbb27c95047cc92 (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.