SOURCES SOUGHT
61 -- Helmet Wireless Power Transfer System (HWPTS) - 2018-04-10 PdM SS&I HWPTS RFI
- Notice Date
- 4/16/2018
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 6515 Integrity Court, Building 4310, Aberdeen Proving Ground, Maryland, 21005-3013, United States
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-18-R-0041
- Archive Date
- 5/26/2018
- Point of Contact
- Derell A. Lee, Phone: (410) 278-5385, Samantha L. Shultz, Phone: (410) 278-3820
- E-Mail Address
-
derell.a.lee.ctr@mail.mil, samantha.l.shultz2.civ@mail.mil
(derell.a.lee.ctr@mail.mil, samantha.l.shultz2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This file contains the figures and tables needed to respond to this RFI. Description: Project Manager Soldier Warrior is interested in knowing about prospective technical solutions, limitations, and maturity of solutions that could meet the HWPTS objectives for wireless power transfer capabilities from the Soldier's torso to the helmet. We are seeking Size, Weight, Power (and efficiency), and a Rough Order Magnitude (ROM) to understand what is required for a HWPTS. Currently, helmet sensors require un-optimized power sources with frequent battery exchanges for operations. Due to the advancement of sensor technology for fused and augmented reality displays, there is an increase of power requirements for helmet electronics. However, helmet weight is critical and Soldiers cannot afford the addition of additional battery weight on the Helmet to maintain and increase operational time. To reduce helmet weight and provide smart power, a highly efficient wireless power transfer of >85%, low-weight, Low Probability Intercept / Low Probability of Detection (LPI/LPD) wireless power transfer system is needed in the future. A minimum of 10 to 20 Watts throughput is sought for the system, to be comprised of a small lightweight body power transmitter and accompanying on-helmet lightweight receiver (including power transfer electronics and energy storage solution of at least 10 Watt-Hours). The distance between the back of the helmet to the Improved Outer Tactical Vest (IOTV) can be up to 6 inches apart. Size, distance and movement of helmet from body, helmet moment of inertial / center of gravity, etc. will need to be considered along with overall operations from a 10 to 20 VDC (minimum) power source such as a Conformal Wearable Battery (CWB) - BB-2525. The HWPTS shall be compatible with existing PEO Soldier family of individual Soldier electronics and sensors and work with Integrated Soldier Power & Data Hubs for its control via USB interface. It shall be safe, and operate in MIL-STD-810 environments, have a low heat signature safe to the touch and have safe emissions for Soldiers. This technology would be targeted to directly support future Soldier helmet power requirements, be removable / interchangeable, assist with Soldier lethality, and modernization. All communications and controls to the systems would have to be open source - allowing for direct operations with third party systems interfaces to include systems updates. Systems Engineering and Technical Assistance (SETA) contractors shall be used in evaluation of responses. 1. This RFI is being issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary, therefore the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized via the Federal Business Opportunities website (https://www.fbo.gov). It is the responsibility of the potential vendors to monitor this site for additional information pertaining to this requirement. 2. The subject systems may inform future items to be fielded to and support multiple Army Soldier configurations that support a broad range of missions such as Nett Warrior, Air Warrior, Fires Warrior, EOD Soldiers, etc. The versatility of the system is intended to enable the Soldier to quickly adapt from one mission type to another without degrading the momentum of small unit operations and adjust as needed configured equipment and power sources. Filling the helmet battery shall be both automatic and manually user selectable via a host controlled End User Device (EUD). The HWPTS may support major combat operations, stability operations, homeland security operations, joint operating concepts, and the joint force functional concept. The contracting organization responsible for this effort is the Army Contracting Command - Aberdeen Proving Ground (ACC-APG). 3. The HWPTS is a capability that the PM is looking at finding potential solutions for. Respondents are encouraged to identify and describe any unique solutions that will result in effective and efficient operations and allow PdM SS&I to refine their requirements, as necessary. RFI Responses Respondents are requested to fill out Tables 2-4 below and answer each question listed below when responding to this RFI. The Government is imposing a page limit to the response of twenty-five (25) pages maximum. The pages shall be in Times New Roman font; size 12, single spacing, with one (1) inch margins. PM SWAR SS&I is requesting the following information: • Material description of HWPTS solutions that address each components Size, Weight and Power - Cost (SWaP-C) for requested information, • Vendor's relevant experience in HWPTS production capabilities and past experience, • Any programmatic or technical discussions on additional SWaP-C relative to requirements provided above, • Alternatives or additional requirements not mentioned that should be considered, • Projected needed schedule times to design, build, test HWPTS items, • Ability to provide bid samples within 90 days of any solicitation, their performance capability, and Technology Readiness Level (TRL) maturity, and • The vendor should provide a technical / programmatic discussion on required HWPTS component items that discusses your current capability, feedback on any cost, and the complexity associated with each element including any required development or schedule time required to implement it along with the space claim and power required to implement said requirement. Any markings that limit distribution of the data provided by the vendor in response to this RFI shall take into account that the response will be reviewed by a mix of Government personnel and Government support contract personnel. All ROMs provided as a part of this RFI will be considered an estimate and do not obligate the vendor or the Government in any way. The vendor responses to this notice shall be limited to twenty-five (25) pages and shall include the following information: • Vendor's name, address, point of contact, phone number, and e-mail address. • Vendor's interest in bidding on the solicitation if it is issued. • Vendor's capability to meet design requirements. • Vendor's capability to perform a contract of this magnitude and complexity (include vendor's in-house capability to execute comparable design work performed within the past five (5) years and a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least three (3) examples. • Vendor's detailed description of their proposed design solutions capability to meet ballistic performance requirements. • Vendor's detailed description of their proposed design solution to meet the base and any enhanced capability HWPTS capability requirement described below. • Vendor's flow chart showing the supply chain, the work efforts at each location and product need to support the HWPTS manufacturing and capacity. • Vendor's small business type and Business Size (HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), woman owned, etc.). • Any interested vendors should provide a detailed description of any current or pending HWPTS designs that meet the basic and any enhanced capability requirements along with the vendor's level of interest to participate in a possible competitive acquisition. Each vendor's response shall address specific size, weight, shape, performance (power efficiencies, and power at 0 to 6 inches distance, LPI/LPD characteristics, etc.) and battery capacity and durability capabilities / requirements as called out above. Responses are due back no later than 11 May 2018 via email to derell.a.lee.ctr@mail.mil by 3:00 P.M. Eastern Standard Time (EST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aa465af316ec7e811c7243fc89897045)
- Place of Performance
- Address: Army Contracting Command - Aberdeen Proving Ground (ACC-APG), 6515 Integrity Court, Bldg. 4310, Aberdeen Proving Ground (APG), Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04891067-W 20180418/180416231008-aa465af316ec7e811c7243fc89897045 (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 |