Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOURCES SOUGHT

13 -- TES Multifuctional Demolitions

Notice Date
6/10/2014
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives 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
W15QKN14X2204
 
Response Due
6/30/2014
 
Archive Date
8/9/2014
 
Point of Contact
Angela Sarinelli, 973-724-9934
 
E-Mail Address
ACC - New Jersey
(angela.sarinelli@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Army Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, NJ is currently seeking sources that have a mature (Technology Readiness Level (TRL) 6 or higher) multi-functional and mission tailorable explosive system(s) capable of boring holes, cutting steel or timber, cratering/ditching, breaching natural and man-made materials and wire cutting capability and are capable of manufacturing and supplying these items. If the system(s) is not currently at a TRL 6 or higher but is planned to achieve a TRL 6 or higher by December 2016, please provide information. Current systems require the Army to maintain and train on a large demolition inventory full of single purpose items. The Army is looking for a new, lightweight, multi-functional explosive capability that can be configured as required to perform numerous Engineer demolition missions while reducing the number of systems in the Army's inventory. The Army is looking for scalable/modular and tailorable demolition items or a new overall demolition system that allows Soldiers to tailor the amount of explosive, warhead type, initiation method and other variables as dictated by mission requirements while reducing safe standoff distance and collateral damage. Non explosive capabilities will be considered for certain applications. The hole boring capability should provide the capability to bore holes in a variety of materials. Bore holes in soil, graveled roads and concrete pavement should be a minimum of 5 feet in depth and 9 inches in diameter. Bore holes in reinforced concrete should be a minimum of 5 feet in penetration and 2 inches in diameter. Bore holes in armor plate should be at least 20 inches in penetration and an average hole diameter of 2.5 inches. Ice and permafrost data desired as well. The steel and timber cutting capability should be capable of cutting a variety of steel shapes, thicknesses and densities as well as nominal timber sizes and types with minimal modification of the charge. It is desired to determine if are other items are available that exceed the current performance of the M112 block, M456 Det Cord and M186 Sheet Explosive for these applications with the goal to use items that weigh less and/or reduced Net Explosive Weight (NEW) than the current systems. The cratering capability should be scalable up to the capability to create a crater that is 8 meters in diameter with a 2.3 meter depth in a single bore hole. Hasty Cratering, Deliberate Cratering, Relieved-Face Cratering and Ditching data is desired as well. Additionally, current Army munitions require two items to create craters, one to create bore hole and a second to be placed in that bore hole to create the crater. It is desired to have a single munition to accomplish this. The breaching capability should be capable of breaching structures made from natural and man-made materials to structural doors/walls. Door breaching should be capable of blowing a door open/off the hinges. Structural wall breaching should be capable of creating a man-sized hole in a single shot. Specific desired structural wall types are masonry (Triple layer brick and concrete masonry unit), concrete walls (non reinforced), double reinforced concrete and adobe walls. Severing the reinforcements with the initial charge in the reinforced concrete is desirable. Information on NEW, blast overpressure and safe standoff distances is desired. The wire cutting capability should be capable of cutting wire obstacles (to include concertina wire) and command wire creating a path that is 1 meter wide and 3 meters long (minimum) without creating metal fragments and minimizing collateral damage. Terrain conforming is desired. Item can be hand emplaced by a dismounted Soldier. Robotic emplaced is desired as well. All components must be capable of being initiated by standard military initiators. Other initiation methods will be considered. All items must be capable of use in all geographical areas, weather conditions, and hostile battlefield conditions which may include being subjected to electronic countermeasures, smoke, dust, and small arms fire. All items should minimize the NEW, thereby reducing the Surface Danger Zone (SDZ) for individual detonations. System(s) should minimize additional hardware/devices that may be required for training. Information on set up process and the required time for emplacement for the system(s) is requested. Other information on new capabilities that are a part of the Army Combat Engineer demolition mission is requested. Some examples are destroying bridge piers, bridge abutments, and permanent field fortifications. Respondents to this market survey should provide information as to whether their system(s) has a reliability requirement of 95% or higher. Individual items shall be one-man portable/transportable in the field configuration and will require no more than one-man to move in its shipping configuration. The items should be durable enough to withstand the rigors of combat operations while a Soldier conducts Individual Movement Techniques and still meet the 95% reliability requirement. The items should be packaged so that they are modular and will be worldwide transportable by air, rail, sea and highway using DoD/Army and commercial transportation assets. Information on the size and weight of the system(s) and its packaging is requested. Respondents should identify whether their system(s) design would meet/would not meet or has been tested to the following Department of Defense standards. MIL-STD-461 Electromagnetic Interference MIL-STD-464 Electromagnetic Environmental Effects MIL-STD-810 Environmental Engineering Considerations and Laboratory Tests MIL-STD-1472 Human Engineering MIL-STD-882 Standard Practice for System Safety MIL-STD-1911 Hand Emplace Ordnance Design, Safety Criteria For Responses should also include the company's current business structure: (a) Company Name (b) Company Address (c) Company Website (d) Company Point of Contact and Phone Number (e) Type of Business and business size (Small Business, Large Business, 8a Small Business, Hub zone Small Business, or Service Disabled Veteran Small Business) (f) Number of Employees (g) facility cage code. This market survey is for information and planning purposes only, it does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current of future efforts. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. All companies interested in any potential future solicitations must be registered in the System for Award Mangement (SAM). 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. The information must be submitted within 20 calendar days from the date of this publication to: U.S. Army Contracting Command New Jersey, Close Combat Center, ACC-NJ-CC, ATTN: Angela Sarinelli, Building 10, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: angela.m.sarinelli.civ@mail.mil. Email submittal must be restricted to a maximum file size of 8MB and should be in MSWord or PDF format. In the event the email submission is larger than 8MB, separate into several emails. Respondents will not be notified of the results of the survey. Telephone responses will not be accepted. The Government will accept written questions by email sent to angela.m.sarinelli.civ@mail.mil Information may also be submitted by mail to Army Contracting Command-New Jersey, Attn: Angela Sarinelli, Building 10, Picatinny Arsenal, NJ 07806-5000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1955e6dcf663a121164dbba495bc603e)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03390536-W 20140612/140610235400-1955e6dcf663a121164dbba495bc603e (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.