Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2013 FBO #4354
SOURCES SOUGHT

93 -- Lightweight Transparent Armor Window Glass

Notice Date
10/24/2013
 
Notice Type
Sources Sought
 
NAICS
327211 — Flat Glass Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-14-T-4502
 
Archive Date
11/23/2013
 
Point of Contact
Sharon Hess, Phone: 8502344413
 
E-Mail Address
sharon.hess@navy.mil
(sharon.hess@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice The Naval Surface Warfare Center- Panama City Division (NSWC PCD) is hereby conducting a market survey of all potential sources for Lightweight Transparent Armor (TA) window glass to be installed into an existing window frame for the Mine Resistant Ambush Protected (MRAP) Buffalo vehicle. TA glass protects personnel against ballistic and explosive threats while allowing clear visibility. The Government is currently producing an egress window that utilizes a finalized framing design. This egress window uses glass of a specific size, shape, and weight in order to fit the physical requirements of the framing and of the overall operating system. The Government is investigating potential sources that can provide TA matching the qualities and physical properties of this existing TA glass being used. The desired solution will consist of TA window glass that meets the requirements below. The glass will be surrounded by a protective edge seal, and shall be delivered without framing. The purpose of this survey is to determine whether industry has suitable products on hand or available with minimum developmental effort and time. Commercial Off-the-Shelf units are most desirable, where a solution has been previously developed. This market survey in no way binds the Government to offer contracts to responding companies. The requirements for the proposed TA glass are, but are not limited to: o A small quantity of 5 to 10 pieces of TA glass will be required. o The TA glass piece shall offer ballistic protection in accordance with ATPD-2352R. Protection level of the glass must be currently certified by U.S. Army TARDEC. The level of protection (Protection Class) is designated as Distribution Statement D: distribution is authorized to the Department of Defense and U.S DOD Contractors only. See instructions below to request access. o Offerors must be able to deliver TA glass units within 30 days after contract award. o The use of high iron "green tint" TA glass is prohibited. Light transmittance should be no less than 70%, and NVG weighted transmittance should be no less than 50%. Light transmittance and NVG weighted transmittance shall be verified by the Contractor in accordance with ATPD 2352R. o The TA glass shall demonstrate a resistance to stone pecking and rock strike. o The unframed TA solution shall be delivered as TA glass only, but shall include edge wrap to seal the interlayers from environmental and chemical attack. The edge wrap shall be made of a material which is compatible with the TA interlayers. No framing or mounting materials shall be delivered, so that NSWC PCD may install the TA into a predesigned frame of set size provided separately by the Government. o The TA glass shall be lightweight with an areal density range of 42 to 43 pounds per square foot (psf). Solutions outside this range will affect the required operating force of the overall egress window system and are not desired. o The unframed TA solution shall be rectangular in shape. The solution with edge wrap applied shall be 17.25 inches wide, 37.00 inches long, with a tolerance of +0.00/-0.05 inches on these dimensions. o The TA glass shall fall within a thickness range of 101 to 105 millimeters. o No asbestos, radioactive materials, mercury, class I or class II ozone depleting substances, hexavalent chromium, cadmium, or other highly toxic or carcinogenic material as defined in 29 CFR 1910.1200 shall be used in any part of the TA (Section 2.3(c)). Responses to this Request for Information should include supporting materials that provides a demonstration of your company's capabilities, experience, and overall understanding of the evaluation criteria 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. INSTRUCTIONS FOR OBTAINING CONTROLLED DOCUMENTS: This sources sought is UNCLASSIFIED; however, a controlled document containing protection class information is available. This controlled document can be provided separately via secured means only to U.S. DoD Contractors with the proper credentials. Requests for this document must be submitted via e-mail to Contract Specialist Sharon Hess at Sharon.hess@navy.mil. Requests must contain the potential offeror's Contractor and Government Entity (CAGE) Code to be considered as potentially eligible to receive the controlled data. The potential Offeror must have an active System for Award Management (SAM) record and must have the corresponding Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.209-7001 & 252.209-7002 listed. NSWC PCD requests your responses by 5:00 pm (CST), on (11/04/2013). 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 gregory.s.stewart@navy.mil or robert.s.moore1@navy.mil with a copy e-mailed to Sharon.hess@navy.mil, Contract Specialist. E-mail should identify the solicitation number and title. Questions can be submitted electronically to the Technical Point of Contact Mr. Greg Stewart, NSWC PCD Code E34 at gregory.s.stewart@navy.mil. 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. All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. At no cost to the Government, responding vendors may continue technical dialogue with this market survey's Technical Point of Contact after the initial response is provided. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4ebfb4a63359b7a7eaa2f9d28277bba2)
 
Record
SN03221818-W 20131026/131024234201-4ebfb4a63359b7a7eaa2f9d28277bba2 (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.