SPECIAL NOTICE
25 -- SOURCES SOUGHT - LIGHTWEIGHT, HIGH CALIBER ARMOR - 14SNB13_spec note
- Notice Date
- 3/11/2014
- Notice Type
- Special Notice
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016414SNB13
- Archive Date
- 5/27/2014
- Point of Contact
- STACY MCATEE, Phone: 812-854-1988
- E-Mail Address
-
stacy.mcatee@navy.mil
(stacy.mcatee@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPECIAL NOTICE This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to determine the availability and technical capability of industry to provide innovative ballistic protection armor solutions for use on vehicles, waterborne vessels, and on buildings with limited structural capacity. Naval Surface Warfare Center (NSWC), Crane Division is interested in receiving information from suppliers of the armor product described in more detail below; key attributes include lightweight, ease of integration into current and future designs, and inexpensive compared to other armor materials with similar attributes. NSWC Crane Division intends to utilize the information garnered from this special notice to refine the Government's understanding of the technical feasibility, risk, and cost implications associated with this armor. Additionally, the Government seeks Rough Order of Magnitude (ROM) cost and detailed installation information associated with both styles of armor for developing trade space set aside in the design process of future system designs, and for estimated procurement and life cycle costs. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. RFI SUBMISSION INSTRUCTIONS: Companies are encouraged to respond if they have the capability and capacity to provide the armor described below. However, generic capability statements are not sufficient for effective analysis of respondents' capacity and capability to provide the required armor. Responses should directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform while in compliance with FAR 52.219-14 Limitations on Subcontracting. The Government will not award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, or Government's use of such information. Responses will be separated from, and have no bearing on subsequent evaluations of proposals submitted in response to any resulting formal RFP. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is not being solicited. Information considered proprietary, if any, should be identified as such. Responses will be reviewed only by Dept of Defense personnel and will be held in a confidential manner. Vendors may separate each unique design into a separate response. Responses to the RFI should address the following: 1. A capability statement which includes information on the type of technology used 2. Any Design Criteria section issues 3. Any Environmental Criteria section issues 4. Detailed Integration Methodology 5. Technological Readiness Level (TRL) if not already fielded 6. Service Life 7. Areal Density 8. Estimated pricing information by square foot 9. Standard delivery schedule by square foot 10. Business Size - Provide company business size status, ie. Small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. Describe the company's ability to meet the requirements in accordance with 52.219.14 -Limitation on Subcontracting. LIGHTWEIGHT, HIGH CALIBER ARMOR KEY ATTRIBUTES PROTECTION COVERAGE Material should provide maximum coverage in square feet up to a maximum weight limit of 4200lbs. PERFORMANCE The Material should have an extended service life and provide ballistic protection up to and including MIL-STD-3038 level VIII Class B with multi hit capability. As a reference, the industry standard service life is ten (10) years. END OF LIGHTWEIGHT, HIGH CALIBER ARMOR KEY ATTRIBUTES LIGHTWEIGHT, MAXIMUM COVERAGE ARMOR KEY ATTRIBUTES PROTECTION COVERAGE Material should provide complete coverage for a structure with dimensions of 240 inches wide, 250 inches long, and 84 inches tall or 571 square feet. PERFORMANCE The Material should have an extended service life and provide ballistic protection in accordance with MIL-STD-3038 with multi hit capability. As a reference, the industry standard service life is ten (10) years. END OF LIGHTWEIGHT, MAXIMUM COVERAGE ARMOR KEY ATTRIBUTES KEY ATTRIBUTES COMMON BETWEEN BOTH SOLUTIONS WEIGHT Material should be relatively lightweight in comparison to other ballistic materials with similar attributes. The material shall provide the maximum ballistic protection while not exceeding 4200lbs total. THICKNESS Material should fit within the available space. The material shall provide the maximum ballistic protection while not exceed 1.6 inches in thickness. INTEGRATION Material shall be integrated onto a structure consisting of 14 ga galvanized steel sheet walls with vertical supports 82 inches apart. ENVIRONMENTAL CLIMATIC and GEOGRAPHIC ENVIRONMENTS Material should suffer no degradation in ballistic protection in the climatic and geographic conditions peculiar to the locations of the waterborne vessels, as well as land-based vehicles and buildings in a maritime/waterfront environment. The material should suffer no degradation in ballistic protection in the climatic or geographic environments specified below: 1. External atmospheric temperatures are between minus ten degrees Fahrenheit (-100F) and plus one hundred twenty-five degrees Fahrenheit (+1250F). 2. Solar radiation for a period of ten (10) years. 3. Relative humidity from zero percent (0%) to one hundred percent (100%). 4. Rainfall of at least six (6) inches per hour. 5. Presence of settling dust, blowing dust, or blowing sand at concentrations typical for rural and suburban areas as defined in MIL-STD-810F. 6. Aqueous salt atmosphere as defined in MIL-STD-810F. INDUCED ENVIRONMENTS The material should suffer no performance degradation and show no evidence of damage or deformation in the induced environments specified below: 1. Following a low-pressure fresh water wash down. 2. Presence of any electromagnetic field. NATURAL ENVIRONMENTS The material should suffer no degradation in ballistic protection in the natural environments specified below: 1. Stored and in transit under the climate design types hot, basic, cold, and severe cold, as defined in MIL-STD-810F. 2. No less than 12 months of outside storage anywhere in the continental United States. 3. Shall not support fungal growth as defined in MIL-STD-810F. 4. Transported by common truck carrier, rail, and air shipment at elevations up to 35,000 feet above sea level. 5. Lightning, electrical surges and stray electrical charges. 6. Personnel-borne electrostatic discharge (ESD). 7. Nuclear, chemical, or biological contamination. DESIGN SUITABILITY and AVAILABILITY Non-critical materials should be used when practical, consistent with the requirements specified for the end item. Raw materials in mill product form should be specified in accordance with military specifications or approved industry association specifications. Designs and materials that minimize absorption of Nuclear, Biological, Chemical (NBC) contaminants, and facilitate rapid decontamination without adversely affecting the ballistic protection should be used when possible. POLLUTION PREVENTION CHARACTERISTICS Materials, items, and processes which could reasonably cause harm to environmental quality at some point in their life cycles, including ultimate disposal, should not be used in armor solutions, unless trade studies of possible less harmful alternatives have been conducted and documented which indicate that potential alternatives were found unacceptable because of valid performance, schedule, or cost factors. STANDARDIZATION The use of standard materials should be maximized. Any utilization of non-standard material shall be documented in the RFI response. Standardization should be applied, as appropriate, to reduce the cost of production and operational support and to enhance operational readiness through optimum utilization of existing or co-developed subsystems, equipment, components, parts, and materials common to other systems and available in supply. RUBBER COMPONENTS Rubber components should be classified in accordance with ASTM D2000. HUMAN FACTORS Where Human Factors are a consideration in the design of the material, they should be in accordance with MIL-STD-1472F and MIL-HDBK-46855A. SAFETY The material should be composed of inert components only, and not pose a health hazard to personnel. The material should not pose any environmental health hazard as a result of normal operational usage. The material should comply with all applicable portions of OPNAVINST 4110.2 for the control of hazardous materials. END OF KEY ATTRIBUTES COMMON BETWEEN BOTH SOLUTIONS Responses shall be: 1. Identified by the RFI number (N00164-14-S-NB13); and include: Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. In electronic format ONLY (Adobe pdf or Microsoft Word) 3. No more than (20) pages in length; 4. Written in 12-point, Times New Roman with normal (condensed) spacing 5. Margins of 1" or greater on all sides 3. NOT submitted using marketing materials; 4. Submitted to email as indicated below. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-14-S-NB13 Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This request for information does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All interested parties are encouraged to submit company and product literature, white paper, and/or other pertinent information for consideration of the Government by 2:00 PM EDT, 11 April 2014. All information received in response to this notice that is marked proprietary will be handled accordingly. NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic submissions regarding this announcement may be directed to Ms. Stacy McAtee, stacy.mcatee@navy.mil. Hardcopy submissions should be mailed to the following: Ms. Stacy McAtee, Code CXPP, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-14-S-NB13 in all correspondence and communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414SNB13/listing.html)
- Record
- SN03307510-W 20140313/140311234844-50df7c9a8860b9a127a1e625af73ddb8 (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 |