SOURCES SOUGHT
61 -- Terrain Shaping Obstacle Power Source
- Notice Date
- 11/21/2019 6:17:08 AM
- Notice Type
- Sources Sought
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-20-X-08NP
- Response Due
- 12/23/2019 9:00:00 AM
- Archive Date
- 01/07/2020
- Point of Contact
- Lauren M. Malinski, Contract Specialist, Phone: 9737249622
- E-Mail Address
-
lauren.m.malinski.civ@mail.mil
(lauren.m.malinski.civ@mail.mil)
- Description
- The United States Army, Office of the Project Manager, Close Combat Systems, Picatinny Arsenal, NJ is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the power sources for future Terrain Shaping Obstacle (TSO) systems.The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.DISCLAIMERTHIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.PROGRAM BACKGROUNDTSO systems are currently being developed to achieve an operational capability to block, fix, turn, and disrupt enemy freedom of maneuver in compliance with U.S. National Landmine Policy. The power source sought is intended to power a hand emplaced module enclosing multiple types of anti-vehicle munitions.REQUIRED CAPABILITIESThe Government requires the power source to have the following capabilities:• Capacity equal to or greater than 11 Amp-Hours @ 250 milliamps at 20 Volt output or 22 Amp-Hours @ 250 milliamps at 10 Volt output at 73°F. Power source should additionally have minimal change to baseline capacity across -40 to +140°F temperature range.• Support a maximum output of 10 Watts, 3 times, for up to 45 minutes each time over a total mission duration of 30 days.• Power source should have a maximum volume of no greater than 65 cubic inches and weigh no more than 2.5 pounds.• Power source shall be capable of One year emplacement life in ground based Networked Munitions device with an average power consumption of approximately 100 milliwatts.• Power source may be new, unique or novel but to facilitate ease of replacement, interface, form factor, and power characteristics should be common with Department of Defense (DoD) standard Class 9 item of supply.• Power source shall minimize risk associated with Hazard Classification and Transportation Hazard when packaged within Class V (Ammunition of all types) item.• Power source shall be capable of meeting MIL-STD-810 Environmental Engineering Considerations and Laboratory Tests.• Power source shall be capable of meeting capacity requirement after 20 years (Objective)/ 10 years (Threshold) in protected controlled storage and up to two years in unprotected uncontrolled storage in conditions as specified in AR70-38 Research, Development, Test and Evaluation of Material for Extreme Climatic Conditions.The intent of this Sources Sought is to assess the state-of-the art of the technology available in power source products that could be applied to meet this requirement.Non-Developmental Item. The TSO system power source should be a non- developmental item to the maximum extent possible.Qualification. The power source for the TSO shall be in compliance with the following:• Packaging MIL-STD-2073-1, Standard Practice for Military Packaging• AR 700-15, Packaging of Materiel• AR70-38, Research, Development, Test and Evaluation of Material for Extreme Climatic Conditions • MIL-STD-461F, Department of Defense Interface Standard: Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment• MIL-STD-464C, Department of Defense Interface Standard Electromagnetic Environmental Effects, Requirements for Systems • TB 700-2, Department of Defense Ammunition and Explosives Hazard Classification Procedures• CFR Title 49, Transportation• Safe for transport via standard military sea, rail highway, and air transportation modes• Defense transportation Regulation Vol. IIThe documents referenced above can be located at the following:https://assist.dla.mil/online/start/https://armypubs.army.mil/Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units.ELIGIBILITYThe applicable NAICS code for this requirement is 335912 - Primary Battery Manufacturing with a Small Business Size Standard of 1,000. The Product Service Code (PSC) is 6140 - Batteries, Rechargeable.SUBMISSION DETAILSInterested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Lauren Malinski, in either Microsoft Word or Portable Document Format (PDF), via email lauren.m.malinski.civ@mail.mil no later than 12:00 p.m. EST on 23 December 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/510fb548f50d4cb08b1189d070aea410/view)
- Record
- SN05501213-F 20191123/191122081750 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |