SOURCES SOUGHT
99 -- Non-Lethal Vehicle Portable Stopping Capabilities
- Notice Date
- 7/9/2014
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN14X2424
- Response Due
- 8/8/2014
- Archive Date
- 9/7/2014
- Point of Contact
- Jennifer Rockefeller, 973-724-7440
- E-Mail Address
-
ACC - New Jersey
(jennifer.rockefeller.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is issued solely for information and planning purposes only and is not a Request for Proposals or Quotes (RFP or RFQ) or an obligation on the part of the Government to acquire any services. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this RFI should not anticipate feedback with regard to its submission. The Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The information provided in this RFI is subject to change and is not binding on the Government. The US Army ARDEC is searching for potential sources that are able to provide a portable Non-Lethal vehicle stopping capability for vehicles weighing 22,000 lbs. traveling 30 mph within 200 feet. A non-lethal solution should not adversely impact occupants wearing seatbelts or impart more than minimal damage to the targeted vehicle. Please provide information concerning your company's ability to deliver a vehicle stopping solution by providing the information and answering the questions listed below. 1.Contact Information a.Name of company and point of contact (POC) b.Business title c.Telephone number d.fax number e.address f. email address of the POC g.Business size and DUNS number 2.If subcontractors are used, please indicate which part of the system will be manufactured by the subcontractor and supply information requested in 1 a-g for each entity. 3.Capabilities statement, including relevant experience in providing vehicle stopping systems. 4.Description of system function 5.Description of system capabilities in terms of vehicle size, weight, speed and stopping distance. 6.List all major system subassemblies, components, and their function. 7.Describe the corporate and production Quality systems 8.Is the proposed solution capable of deployment in all terrains i.e. slopes, sand, rock, asphalt, etc.? 9.Is the system capable of operating in worldwide environmental conditions, i.e. hot & cold temperature extremes as well as all precipitation types? 10.Is the system ruggedized for military handling, transportation, vibration, and shock exposure? 11.Can the system be activated/ deployed manually and remotely? 12.What is the remote activation standoff capability in meters? 13.What are the system power requirements, if any? 14.Is the system reusable? 15.What is the total system weight? 16.How many people does it take to transport, setup, transform from the standby mode to the capture mode, disassemble, and repackage to the transportation/ shipping configuration? 17.How is the system transported, i.e. what size vehicle is required, if any? 18.How long does it take to: set up (minutes), transform from the standby to the capture mode (seconds), reconfigure after a capture (minutes), and disassemble and repackage into the shipping configuration (minutes)? 19.Can the targeted vehicle escape from or reverse out of a capture? 20.What is the system coverage in terms of width (feet or meters)? 21.Are permanent fixtures required for system operation? 22.Are anchors or anchor holes required? 23.What testing has been performed to date? 24.What is the maximum force (in Gs) vehicle occupants are exposed to during a capture? 25.What is the current system capture reliability? 26.What is the service life of the proposed system? 27.What are the system maintenance requirements and frequencies? 28.Does the system use any material hazardous/toxic to the environment or operator? 29.How was Operator Safety addressed during design and testing? 30.Pricing: ARDEC is requesting interested contractors provide Rough Order of Magnitude (ROM) production (unit) costs for the for the quantities listed in a-d. Note: please provide additional quantity cost information if there are clear volume price points other than those listed in a through d. a.1 - 250 systems b.251 - 1000 systems c.1001 to 5000 systems d.Greater than 5,000 systems 31.Consumables a.A list with the corresponding costs of all consumables is also requested. Consumables refer to items that would need to be replaced after a deployment or capture event. b.Please annotate when the consumable replacement is required, i.e. after each deployment, capture, or both. 32.Production Rate: Please also provide the minimum and maximum system production rate in systems per month. 33.Indicate if sale of the technical data package would be considered. 34.Please provide a list of assumptions, if any which were used when formulating the response. 35.Past Performance Information a.Please provide a list of Army, Department of Defense, federal or commercial contracts supported during the past 3 years. b.Include a brief description of the corresponding supply or service provided. 1.Submit the required information in Microsoft Office or PDF 2.If you have any question regarding the RFI, please submit them via email. 3.All information and data received in response to the RFI designated as corporate or proprietary information will be protected as such. Contractors shall provide a summary of their company's capabilities including parent organizations, name/address/ point of contact identification, capabilities, a description of facilities, equipment, personnel, past experience as a provider of the services requested, possible partnering/teaming arrangements and whether or not they are a small business. Any response to this market survey shall be submitted ELECTRONICALLY ONLY, to Jennifer Rockefeller (email address: jennifer.rockefeller.civ@mail.mil ). Please note that telephone inquiries will not be accepted. Closing date of this notice is August 8, 2014. Please also provide the company's name, address, and point of contact with telephone number and email address, size of business (Cage code) and team members.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0249ad02505b0017d4aba9a5548879df)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 9 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Record
- SN03419603-W 20140711/140710023317-0249ad02505b0017d4aba9a5548879df (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 |