SOURCES SOUGHT
R -- Black Boxes For Army Combat Vehicles
- Notice Date
- 4/20/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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-11-NF-001
- Response Due
- 5/4/2011
- Archive Date
- 7/3/2011
- Point of Contact
- Nancy Filary, 586-282-8373
- E-Mail Address
-
TACOM Contracting Center (TACOM-CC)
(nancy.filary@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army PEO Ground Combat Systems requests industry response to off-the-shelf integration ready data recorders. PEO GCS plans to install data recorders or 'Black Boxes' into the combat vehicles. The primary purpose of the black box is to measure the blast and acceleration forces inside the Driver's and Troop compartments during an event. Black Box must be capable of measuring, recording and storing vehicle motions and its characteristics when the vehicle exposed to kinetic energy, blast overpressures, shock, ballistic and impact events. The current plan is to integrate, test, field and install the Black Boxes on Stryker vehicles within 120 days of market response due date. The requirements for the Black Boxes are provided below: 1. Record vehicle structure acceleration data from IED and/or mine events on the combat vehicle's driver and vehicle's occupant compartments. 2. Capable of measuring, recording, storing and retrieving the blast data for all events Threshold(T) +/- 4000G Objective(O) +/- 6000G and rotational accelerations at 50,000 radians per second per full scale axis. 3. Operate in temperatures from -40 C(O) - 18 C(T) to +49 C(T) +55 C(O). 4. Operate with or without vehicle power. If not self contained, Electronic interface IAW industry standards (28V or 12V) but should provide backup power for 1 year (Power/low battery indication). 5. Be survivable, replaceable and serviceable in a tactical environment post event. 6. Accelerometers should be tri-axial mounted with an adjustable trigger response time above mobility impulse (>100G) within 1 microsecond and start recording within 10 microseconds. 7. Sampling rate shall be a minimum of 10 kHz with Anti-Alias filter. 8. Record minimum of 5 events, minimum of 5 seconds in duration for each event. 9. Ruggedized to survive Combat Vehicle environmental and harshness standards IAW Mil-Std-810 and designed to be electromagnetic hardened and meet electromagnetic interference testing requirements per MIL STD 461 sub test R101 and R103. 10. Data retrieval (~5 seconds) and analysis must be an open-architecture industry standard (for example but not limited to a USB port to a laptop or wireless to a non-proprietary software utility program or application) to allow for correlation with Army blast models. 11. Internal clock capability with minimum of time/date stamp 12. Cost Rough order of magnitude: NRE, components, mounting hardware, packaging, special handling, software, etc 13. Provide test data supporting system capabilities 14. Describe a general vehicle integration plan (size, weight, power, technical expertise, platform down time, tools, etc) with emphasis on minimum modifications to vehicle structure for field installation. Explain sensor mounting (solid vs mechanical filter) and include any maintenance items such as but not limited to built-in-tests, calibration requirements, trigger defaults/settings, etc. 15. Describe earliest delivery time and production rate(s). 16. Separately describe any additional capability that could provide information characterizing the blast/mine event such as but not limited to overpressure, video, multiple configuration micro processor looping options will allow for actively operating in circular buffer -ready mode to record pre-trigger data (3-6 msec prior to event) for all accelerometer and pressure channels. Responses are due to Contracting Center POC by 4:00 P.M. EDT 4 May 2011 and submitted electronically to Nancy Filary, 586-282-8373, nancy.filary@us.army.mil. NOTE: This announcement constitutes a RFI notice for planning purposes IAW FAR 52.215-3. This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. This RFI does not constitute a commitment, implied or otherwise, that the Government will take procurement action in this matter. The Government will NOT be responsible for any cost incurred in furnishing this information. This RFI is issued for the purpose of determining market capability of sources and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses may not include classified material. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time for publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities (FedBizOps) announcement and in the Business Commerce Daily.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0dec50376a6b226558360d927a0efde5)
- 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
- SN02429258-W 20110422/110420235350-0dec50376a6b226558360d927a0efde5 (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 |