Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SPECIAL NOTICE

66 -- Warrior Injury Assessment Manikin (WIAMan)

Notice Date
3/10/2016
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK16WIAMAN
 
Archive Date
4/23/2016
 
Point of Contact
Kory Stiles, Phone: 4073843821
 
E-Mail Address
kory.d.stiles.civ@mail.mil
(kory.d.stiles.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Warrior Injury Assessment Manikin (WIAMan) Release Date: 10 March 2016 Program Title: Warrior Injury Assessment Manikin (WIAMan) System. Synopsis: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Joint Program Management Office for Medical Modeling and Simulation (JPMO-MMS) is seeking information from industry on available or emerging products, technologies, materials, sensors, data acquisition systems, design and analysis including dynamic three dimensional finite element analysis, manufacturing, system integration, and sustainment to inform planning and analysis for the potential acquisition of the WIAMan system. The WIAMan system will provide the Department of Defense (DoD) with a scientifically valid capability to assess the probability that a Soldier will sustain a skeletal injury when seated in a vehicle that experiences the rapid, vertical acceleration caused by an under-body blast (UBB) attack. The system will be comprised of an anthropomorphic test device (ATD) with integrated sensors and data acquisition, improved biofidelity and injury criteria, certification equipment and procedures, calibration equipment and procedures, and sustainment for an anticipated life of more than 15 years. The Government is currently conducting a Science and Technology (S&T) program to develop and demonstrate elements of the WIAMan system at a Technology Readiness Level (TRL) of 6 in FY18. This work includes the creation of biofidelity response corridors, human injury probability curves, and the fabrication, test, and evaluation of both a technology demonstrator ATD and a first generation, prototype instrumented ATD. Through this request for information (RFI) and other market research activities, the Government intends to understand current state-of-the-art capabilities and future directions in all the areas enumerated above to determine the best approach for acquiring the envisioned WIAMan system capability. Industry input is vitally important for the development of an acquisition strategy, Statement of Work/Statement of Objectives, and Performance Specifications. Background One of the missions of the DoD Live Fire Test and Evaluation (LFT&E) program is to test and evaluate the survivability of Soldier equipment when it is used in the anticipated threat environment. The LFT&E community has a requirement for a capability for assessing the probability that a mounted Soldier will experience a skeletal injury when subjected to the severe vertical accelerative loads that are caused by UBB. Currently these assessments are being made using the Hybrid III crash test dummy, or ATD, in crew positions of vehicles undergoing UBB testing. The Hybrid III ATD and associated injury criteria were developed for use in frontal crash safety testing of civilian automobiles and do not have the biofidelity or resolution to assess for the particular injuries that occur in UBB events. To resolve the capability gaps, the WIAMan system will be developed specifically for use in the military UBB environment, providing a new capability for test and evaluation of vehicle/weapon system designs and improvements in warfighter survivability, as well as advancing the state of the art in UBB injury assessment. The requirements for the WIAMan system are driven by the unique features of Soldiers and their equipment, military vehicles, the loading conditions associated with UBB, and the scientific, technical, and operational needs of the LFT&E community. The system will be comprised of a new instrumented ATD that is purpose built for the military LFT&E environment, all supporting biomechanics and injury data, analysis tools. WIAMan is currently an S&T program which has been underway since 2010. The S&T program is defining the trade space for the test capability by conducting biomechanics testing and by designing, fabricating, testing, and refining prototypes of an ATD that represent the male Soldier population. The WIAMan S&T program will culminate in 2018 with a demonstration of the prototype system at a TRL of 6 after which a Milestone B decision will be made to determine whether the program will transition to Engineering and Manufacturing Development. To Interested Sources The Government is interested in receiving information on existing or emerging knowledge, hardware, and software products and technologies that may contribute to achieving the goals of the WIAMan system capability and enable it to be produced and sustained. The Government is also interested in insights and innovative ideas for products, capabilities, and approaches that ensure an efficient and effective acquisition process while meeting the biofidelity and injury assessment requirements defined during the S&T development. Responses may address the entire system capability or one or more specific elements of it, e.g. sensors. All interested parties are asked to respond to the following as relevant to their solution or other information they wish to provide: 1. A technical description of your potential solutions (solutions can be offered for the entire system or one or more elements of it). The description should answer the following : o What is your solution and which part of the WIAMan system does your solution address? o How does your solution work? o If your solution is not for the entire system then describe the interfaces necessary between your subsystem and the elements of the system that it will interface with. o What is the maturity of the solution, e.g. is it in development or in production? If in production, where is it being used? o What is your assessment of the TRL and Manufacturing Readiness Level (MRL) of your solution including key subsystems? TRL claims should be substantiated through descriptions including the results of test and evaluation events. Substantiate MRL assessment according to the criteria in the DoD Manufacturing Readiness Level Deskbook v2.4.16. 2. Identify any areas of your solution that require S&T development. What is the current TRL level and what will be required to achieve a TRL of 6? What do you believe are the areas of highest risk in maturing your solution to achieve a TRL of 6? How can these risks be mitigated? 3. What is your experience in defining, developing or selecting, producing, and validating materials for use in an ATD? Provide examples if possible. Describe your experience with the impact that material selection has on performance, manufacturing processes, and cost during development and sustainment. 4. For the solution that you offer, provide a description of your manufacturing capabilities which addresses precision, timeliness, cost, and capacity. 5. For the solution that you offer, what approaches would you use for providing documentation, training, and related support to the operators of this system? 6. Describe your experience with providing your solution in prior or current development, production, and sustainment of ATDs or their subsystems. 7. Please identify if you believe your solution will require you to partner with one or more other companies. 8. Describe what you believe to be the biggest drivers in the life-cycle cost of this system and what can be done during a 2-year Engineering and Manufacturing Development phase to reduce cost over the life cycle of the system including development, production and sustainment while maintaining performance requirements? Responses shall be provided in.pdf format and are limited to 20 pages (double sided will be counted as two), single-spaced, 8.5 inch x 11 inch paper size, and the font shall be Times New Roman with a minimum size of 12 point. The Government will not review any pages beyond the 20-page limit. If your submittal contains company proprietary information then it should be marked accordingly. If your submission contains unclassified but sensitive information then it should be properly labeled, handled, and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Classified responses are not desired and will not be reviewed. Submissions to this RFI will not be returned. Company information should include: a. Your company name, address, POC, email addresses, phone, and the company's web page (if applicable); b. CAGE Code, DUNS number, and Place of Performance Address c. Point of contact, including: name, title, phone, and email address d. Size of company, average annual revenue for the past three years, and number of employees e. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business f. Company capabilities and experience relative to the capabilities and requested information provided above; The Government intends to hold an Industry Day 15-16 June 2016 coinciding with the Training and Simulation Industry Symposium at US Army PEO STRI Orlando, FL. The Industry Day will be open to all interested parties. An amendment to this RFI will be issued which will provide full details on schedule, registration, and attendance procedures and additional background information on the WIAMan S&T program. The Industry Day will consist of a plenary session at which the Government will provide further information on the WIAMan program. Following this, interested sources will have the opportunity to privately brief their information to a team of Government and Government Support Contractor Subject Matter Experts. Responses to this RFI will be used for information and planning purposes only. This RFI does not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this request for information. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review. Information may be submitted by a governmental or non-governmental entity including commercial firms, institutions of higher education and with degree granting - program in science and/or engineering (universities), or consortia led by such concerns. The Government encourages participation by small business (including Alaska Native Corporations (ANCs) and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. All responses are due by 1300 hours on 8 April 2016 to all the POCs listed below. Questions in response to this RFI shall be submitted to the POCs listed below. The questions and the Government's answers will be posted on the Fed Biz Ops web site. Questions should not contain proprietary, sensitive, or classified information. Questions submitted after 1 April 2016 may not be answered prior to the deadline for the RFI submission. No extensions to the RFI response period will be granted. Points of Contact: Primary POC: Mr. Kory Stiles kory.d.stiles.civ@mail.mil Secondary POC: Mr. Mike Landers michael.d.landers.civ@mail.mil Procurement Contracting Officer (PCO): Mr. Felix Marrero Felix.r.marrero.civ@mail.mil Solicitation number: TBD Solicitation type: Request for information Relevant NAICS Codes: 334515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce6765615634df470423642aaed97589)
 
Record
SN04047028-W 20160312/160311000441-ce6765615634df470423642aaed97589 (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.