Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2007 FBO #1895
SOURCES SOUGHT

13 -- Magneto Inductive Remote Activation Munition System

Notice Date
2/1/2007
 
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-07-X-0111
 
Response Due
2/16/2007
 
Archive Date
3/18/2007
 
Point of Contact
Calvin Mitchell, Contract Specialist, (973)724-3071
 
E-Mail Address
Email your questions to Calvin Mitchell
(calvin.mitchell4@pica.army.mil)
 
Description
The US Army-Joint Munitions & Lethality Life Cycle Management Command (JM&L)LCMC), Acquisition Center, Picatinny Arsenal, N.J. 07806-5000 is issuing a Sources Sought Notice to identify potential sources to fabricate, test, inspect and deliver approximately 600 each of M156 Magneto-Inductive Remote Activation Munition System (MI-RAMS) over a one (1) year period of time, at a delivery rate of approximately 50 per month subject to the availability of funds. The M156 includes a M27 Transmitter,M39 Receiver, M6 Battery retainer, Transmitter and Receiver Antennas and ancillary items. The M156 must provide command, control and communication capabilities for firing ordnance and controlling other types of equipment through water, sand, earth, rock, man- made and natural structures. The receiver must also be small, lightweight and fit in the breast pocket of the current Battle Dress Uniform (BDU). Key specifications for the MI-RAMS are as follows: MI-RAMS Transmitter: a. Will have a low battery/ready to transmit indicator. b. The stand-alone MI-RAMS Transmitter shall have a nominal range of 150 meters through water, sand, earth, rock, manmade, and natural structures. When using the auxiliary powersource, the transmitter shall have a nominal range of 200 meters through the same media. c. Will have the capability of simultaneously firing any number of MI-RAMS Receivers within range or sequential firing of at least four groups of receivers. d. Each MI RAMS Transmitter will have seven factory-set transmission codes that are unique to that transmitter. These seven unique codes will be field programmable via a link from the transmitter to the receivers. e. The power sources shall provide sufficient power for a minimum of 40 transmissions (goal of 60) at ambient. Ambient is defined as 77 ??18 degrees Fahrenheit, relative humidity 20-80 percent. f. Will be compatible with present night vision goggles. g. Will have an interface to provide the capability of being functioned by the MI-RAMS type"A??? Receiver and the M152 RAMS Type ???A??? Receiver (M16) or a device with similar output which will provide a relay capability. h. If required to conserve battery power, a separate signal may be sent from the MI-RAMS Transmitter first to pre-alert both MI RAMS Receivers to allow them to accept the non delay command function signal. i. Should include a self-test function that checks the integrity of the transmitter, indicating to the operator via a light emitting diode (LED) flashing pattern that the transmitter is ready to operate. MI-RAMS Auxiliary Power Source: a.Will attach directly to the MI-RAMS Transmitter. b.Will require no external power cables. MI-RAMS Type A Receiver: a.Will provide an electrical output capable of detonating up to four electric blasting caps (M-6) at a 100 ft. range from the receiver utilizing WD-1 field wire. b. Will be able to function (turn on/off) equipment (such as beacons, laser markers, and ground marking lights) through its power output. c.Will be able to function an MI-RAMS Transmitter and an M152 Remote Activation Munition System (RAMS) Transmitter (M26) in a relay or ???daisy-chain??? configuration through an external relay cable. d.Shall have the capability of being programmed to the seven unique transmission codes of any MI RAMS Transmitter and only function by those unique transmission codes or until reset. Will retain these codes when turned off. The programmed unique transmission codes will be held in memory for a minimum of 30 days (goal of 60 days). e.Will indicate to the user that it has been successfully programmed via the use of an LED.Will utilize the same LED indicator as the one used in the M152 System's M16 Receiver in an effort to obtain the same green brightness indication for the user to view. The LED will be mounted in the case similar to M152 System's M16 Receiver to afford the same field of view to the user. f.Will measure near-field MI noise levels and actively indicate to the user whether it is in an area of acceptable noise via the use of an LED. When a "noise test" function is selected prior to arming, the LED will indicate a go/no-go noise condition, i.e., solid in an acceptable noise environment and blinking in an unacceptable noise environment. This go/no-go noise test function will serveas an active sensor, requiring no additional inputs as the user moves around a location in search of acceptable noise environment. g.Will be compatible with present night vision goggles. h.Will be safe to use when attached to power line towers, electric generators, or other emitters. i.Following programming, the Type A Receiver???s command actuation code should be validated by usinga test mode on the transmitter and receiver. In the test mode, the reception of a test command canbe indicated via an LED flashing pattern, but no electrical output can be generated. j.Will have an objective employment time of 30 days (15 days threshold). Environmental Considerations: a.The bare MI-RAMS Transmitter, Auxiliary Power Source, and Receivers will be capable of withstanding the environmental effects of High Altitude Low Opening (HALO) and High Altitude High Opening (HAHO) from 35,000 feet above ground. b.The bare MI-RAMS Transmitter, Auxiliary Power Source, and Receivers will be capable of withstandingthe environmental effects of subsurface operations imposed at 3 atmospheres (absolute) of salt water for 30 minutes (goal of 6 hours) and 2 atmospheres (absolute) for 2 hours (goal of 6 hours). c.The MI-RAMS shall be capable of functioning in both cold and hot climates ranging from -25 to +135 degrees Fahrenheit as a minimum. The goal is -60 to +160 degrees Fahrenheit. d.In its packaged state, the MI-RAMS system shall withstand a temperature range of -60 to +160 degrees Fahrenheit. The MI-RAMS shall be safe after exposure to these climatic conditions, and shall be operablewhen the hardware returns to temperatures within the specified operational temperature range (see paragraph 3.1c). e.Operation and maintenance of the MI-RAMS, by 5th to 95th percentile soldiers, shall not be significantly degraded by environmental conditions including cold, darkness, wet, and nuclear, biological, or chemical (NBC) conditions or by the clothing and equipment required by these environmental conditions. f.The packaged MI-RAMS will be Nuclear, Biological, Chemical (NBC) contamination and decontamination survivable. g.In its operational configuration, the MI-RAMS shall continue to function as designed when NBC contaminated. h.The packaged MI-RAMS shelf life shall be two years unprotected, uncontrolled storage and 10 years protected, controlled storage (20 years goal) exclusive of battery(ies). i.The assembled MI RAMS Transmitter and Auxiliary Power Source shall be able to transmit signals for the full employment period when submerged in up to 10 feet of seawater. j.The assembled MI RAMS Type A Receivers shall be fully operational for the full employment period when submerged in up to 10 feet of seawater. Power source: a.The MI-RAMS will use either commercially readily available alkaline or lithium 9-volt batteries or equivalent batteries available in the Army???s supply system. Commonality of the transmitter's power source, the receivers??? power sources, and the transmitter's auxiliary power source is required. Reliability: Objective mission reliability will be a minimum of .90 with a goal of .95. Maintainability: a. Will not require scheduled maintenance beyond normal care and packaging preservation. b. Depot level maintenance will be limited to periodic stockpile checks as required. c. Operator maintenance will be limited to checking for obvious damage and cleaning of antenna attachment port(s) and power leads/posts before use. d. Changing of power sources will not exceed 5 minutes. Performance Characteristics: a. The delay time between user fire command and receiver output (from a single MI Transmitter to a single MI-Receiver) will be no greater than 17 seconds threshold, 10 seconds objective. b. Operation transmission times will be minimized to reduce the risk of compromise or detection. Human Factors: a. Will not generate increased Military Occupational Specialty (MOS) proficiency requirements. b. Will be operated and maintained by the same personnel that presently operate and maintain the M122 and M152. Safety: a. Will meet the safety requirements of the Army, Navy, and Air Force. b. Operation and maintenance will not present any safety or health hazards. c. The safe separation time shall be 5 minutes +5% -0%. Electromagnetic Interference Suppression: Will meet the Hazard of Electromagnetic Radiation to Ordnance (HERO) standards of the Army, Navy, and Air Force as they apply to electromagnetic interference (EMI), electromagnetic compatibility (EMC), electromagnetic countermeasures (ECM), and electromagnetic counter-countermeasures (ECCM) when in its packaged or in its operational configuration. Dimensions and Weight: The MI-RAMS shall have the dimensional and weight characteristics as provided in TABLE I (see Attachement I). This market survey is for information and planning purposes only, does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The Government implies no intention or opportunity to acquire funding to support current or future production efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. 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 is not obligated to notify respondents of the results of this survey. Interested sources who feel they meet the key specifications/performance requirements listed above should respond by providing a capabilities statement that is no more then 10 pages long and that addresses the following requirements: a) A brief summary of the company???s technical and support staff skills and manufacturing experience in Magneto Inductive theory and related technologies. b) Demonstrated ability to fabricate, test, inspect and deliver the M156 Magneto-Inductive Remote Activation Munition System (MI-RAMS), MI components, remote initiators and related devices. c) Department of Defense (DOD) experience in the manufacturing of remote munition systems. d) Demonstrated design, rapid prototyping and fabrication ability of components including MI components. e) In-depth understanding of DoD technical requirements in production of government munition systems. f) Ability to deliver the production quantities for the Magneto-Inductive Remote Activation Munition System (MI-RAMS). Interested Sources should also include the companies current business structure: (a) name of Company ??? include contactperson???s name, company address, telephone numbers (voice and fax), e-mail address, (b) Company size(ie: large, foreign, small disadvantaged, veteran owned, woman owned, etc). The point of contact for this action is Mr. Calvin Mitchell, Contract Specialist, (973) 724-4970. All responding sources should submit their responses no later than February 15, 2007 to U.S. Army -Joint Munitions & Lethality Life Cycle Management Command (JM&L LCMC) AMSML-AQ-CC, Building 9, Picatinny Arsenal, NJ 07806-5000, Attn: Mr. Calvin Mitchell, Contract Specialist. Responses can also be submitted by email to the following email address: calvin.mitchell4@pica.army.mil. It should be noted that telephone replies will not be accepted.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-07-X-0111)
 
Record
SN01223943-W 20070203/070201223128 (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.