SOURCES SOUGHT
99 -- Emergency Egress System for MRAP vehicle
- Notice Date
- 8/24/2011
- Notice Type
- Sources Sought
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N6133111SNQ04
- Response Due
- 9/8/2011
- Archive Date
- 9/23/2011
- Point of Contact
- Tim Reed at 850-230-7274 or Jenetta Langston at 850-235-5362
- E-Mail Address
-
tim.e.reed1@navy.mil
(tim.e.reed1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Surface Warfare Center “ Panama City Division (NSWC PCD) is hereby conducting a market survey of all potential sources for an emergency egress system to be installed in a Mine Resistant Ambush Protected (MRAP) Buffalo vehicle. The emergency egress will consist of a removable window assembly, operated internal to the vehicle to allow exit of troops from within. The purpose of this survey is to determine whether industry has suitable products on hand or available with minimum developmental effort and time. This market survey in no way binds the Government to offer contracts to responding companies. The preliminary requirements for the proposed system are, but are not limited to an egress-capable window assembly incorporating the following into its design: 1.A quick-opening capability with one or more quick-release handles. The window shall be released from inside the vehicle and either fall or be pushed out by a crewmember. 2.Operable by a single crewmember with the vehicle in various orientations, including rolled over on its side, upside down, or underwater. 3.A pin or stopping mechanism for protection against accidental release of the handles. 4.A common design applicable to both Buffalo vehicle variants (A1 and A2). 5.Resistance to corrosion (galvanic and salt fog). 6.Minimal interference with existing equipment. 7.Use of two opposing side windows as points of egress. 8.Accommodation of the existing bolt pattern of the current window; no cutting or enlarging of the current vehicle window openings. 9.Minimal reduction in the size of the existing egress opening with window in the open/removed condition. 10.Open-assist device(s) to reduce the required opening force in worst case vehicle orientation, where the window is overhead and acts like a top access hatch. (The weight of the current window assembly is approximately 375 lbs.) 11.Assist device(s) integral to window assembly; a removable device which must be applied is not acceptable. 12.Consideration of HSI guidelines from MIL-STD-1472 for maximum forces for unlocking and opening escape hatches and maximum weights to be lifted. 13.Accounting for the 5th percentile female to the 95th percentile male for both egress clearance and operation of the system, where possible. 14.Avoidance of sharp edges and potential snagging hazards. 15.Resistance to inadvertent opening, including situations of high G-loads due to vehicle motions over rough terrain, vehicle hull deflections due to sitting on uneven terrain, or due to effects of an explosive detonation external to the vehicle. 16. Resistance to jamming so that quick-opening is not impeded as a result of the scenarios mentioned above. 17.The possibility of a mechanism for first responders to release the window from the outside, such as a D-Ring or external latch. 18.No transparent armor (TA) provided with the assembly, but proper consideration given for TA weight, thickness, and overall size. 19.Final delivery as a form-fit-function replacement bolt-on kit. Responses to this Request for Information should include supporting materials that provides a demonstration of your companys capabilities, experience, and overall understanding of the preliminary requirements that NSWC Panama City Division has identified. The following information is requested. A development cost rough order of magnitude (ROM) is requested where an off-the-shelf estimate is not available for the criteria listed above. 1.Description of the hardware configuration and concept as it applies to the evaluation list above. 2.Product development history and current status. 3.Product application and history of fielded systems. 4.ROM cost and development schedule for a component or prototype system. 5.ROM cost and lead time. 6.US Military applications including points of contact (POCs), if available. NSWC PCD requests your responses by 5:00 pm (CST), on 9/08/2011. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWC PCD strategic planning. Information should be e-mailed to john.ducote@navy.mil or mailed to 110 Vernon Avenue, Panama City Beach, FL 32407 Attention John Ducote and labeled with the sources sought number (N61331-11-SN-Q04) and title. Questions can be submitted via e-mail to the Technical Point of Contact: john.ducote@navy.mil and gregory.s.stewart@navy.mil. Questions submitted via e-mail should identify the sources sought number (N61331-11-SN-Q04) and title. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or site visit as deemed necessary. This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. All information shall be provided free of charge to the Government. At no cost to the government, responding vendors may continue technical dialogue for this market survey with the Technical Point of Contact after the initial response is provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a84f0c35fdfacc11f7450bd4387d2c3)
- Record
- SN02547872-W 20110826/110825000350-7a84f0c35fdfacc11f7450bd4387d2c3 (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 |