Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2006 FBO #1521
SOURCES SOUGHT

59 -- Enhanced Portable Inductive Fuze Setter

Notice Date
1/23/2006
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-06-X-0858
 
Response Due
2/24/2006
 
Archive Date
3/26/2006
 
Description
Enhanced Portable Inductive Artillery Fuze Setter (EPIAFS) production contract. ARDEC, Picatinny Arsenal, NJ, is seeking qualified sources for a 24-36 month production, build to print effort beginning in 4QFY06 for the EPIAFS. The EPIAFS system will be capable of setting the XM982 Excalibur projectiles and all NATO standard inductive fuzes. The EPIAFS system consists of three electronic components: A Platform Integration Kit (PIK), a handheld Setter, and a setter to gun Cable. The PIK is a gun-mounted data processor that sends and manages the data stream from multiple interfaces. The setter is a handheld device which inductively couples data and power to either the Excalibur projectile or applicable fuzes. When used alone, the Setter must replicate the functionality of the M1155 PIAFS. When connected with the Cable to an automated fire control system, such as the Light Weight (LW) 155 Towed Artillery Digitization System (TADS) or the M109A6 Paladin Digital Fire Control System, the EPIAFS can receive and inductively supply a stream of data, power, and timing pulses to initialize a precision guided GPS projectile such as Excalibur. Excalibur is a GPS Precision Guided Munition which requires power and Gun, Target, Fuze, and GPS data to be sent over an inductive interface to initialize the projectile. Acceptance test of EPIAFS shall include: 1. 100% of EPIAFS at hot, cold, and ambient temperatures. 2. Shock, vibration, immersion, humidity, salt/fog, and 5 foot drop testing will be done on a sample basis (sample size TBD). The Contractor will be required to test the three components as system. Essential equipment needed to test the EPIAFS will be: The Government Furnished Equipment (GFE): 1. Software that will perform as the host simulator system on a laptop computer 2. Guidance Navigation & Control (GNC) Unit Contractor Equipment: 1. Host Cabling 2. Laptop with a RS-422 Serial Port 3. Defense Advanced Global Positioning System Receiver (DAGR) 4. 28 volt power supply The EPIAFS program supports the requirements of the U.S. Army. The EPIAFS program is being developed under the SD&D phase by ARDEC/Adelphi Laboratory Center. Type Classification is currently scheduled for 3QFY06. The following are the top level drawing numbers; 13001082, 13001110, 13001010, 13001030, 13001015, 13000975, 13001160, 13001025, 13001020, and 13001040, which are posted on Procnet (http://procnet.pica.army.mil/dbi/DynCBD/SourcesSought.cfm) along with the parts list for your review and comment in response to this market survey. All responses to this market survey are required to be in English. To be considered, all interested sources must provide requested information and data in response to the following: a. List evidence of experience working with GPS-based systems. b. List evidence of experience manufacturing or procuring inductive or electronic devices. c. List evidence of experience of manufacturing or procuring electronics with programmable microprocessors and single board computers. d. List evidence of producing hardware based on PRO-Engineer detail drawings and or models. e. List evidence of security procedures of handling Selective Availability Anti-Spoofing Module (SAASM) or classified software in accordance with DoD policy. f. List evidence of producing or procuring circuit boards based on Gerber files. g. Provide rough order magnitude estimated price for each of the three EPIAFS components (PIK, Setter, and Cable) in U.S. dollars for production quantities of: (1) approximately 200-400 units per year over a 4-year period and (2) approximately 500 units per year for a 2-year time period. Government will consider single component (for example, cable only) estimates if identified as such. h. Provide evidence of capability of current production line for similar electronic components. If current production line is not capable of production/delivery of estimated quantities, provide list of facilitization required with estimated price. i. Provide evidence of contractor testing and inspection procedures to ensure items meet specifications. j. Provide proposed production delivery schedule, to include a production qualification build and test period. The Government reserves the right to award using Full and Open Competition. Contract type expected to be Firm Fixed Price (FFP). This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their qualification data and requested information within 30 days of this notice to Picatinny Center for Contracting and Commerce, ATTN: Mr. William D. Tenz, AMSTA-AQ-APH, Bldg. 9, Picatinny Arsenal, NJ 07806-5000. Email: wtenz@pica.army.mil
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-06-X-0858)
 
Record
SN00970947-W 20060125/060123212050 (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.