Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2007 FBO #1881
SOURCES SOUGHT

58 -- Communications Headset Suites

Notice Date
1/18/2007
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY07MICHC
 
Response Due
1/31/2007
 
Archive Date
4/1/2007
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command, Special Operations Forces Survival Systems office is seeking a commercial off the shelf (COTS) communications headset suite with the following functions: Must contain a circum-aural high noise headset, inner aural (ear bud type) high noise system, and a system for use in low noise (provides no hearing protection) environments. Each system must allow the operator to simultaneously monitor and selectively transmit on two radios and an ICS system. ICS system plug ins must have a quick disconnect capability. Any test reports outlining testing performed in reference to sound localization and other acoustical performance measures is highly desired in reference to both the circum-aural and inner aural high noise systems. All headsets must be compatible with the following radio platforms: PSC-5D, AN/PRC117D, AN/PRC117F, 119E, PRC 150, PRR, JEM, MBITR Land. If systems are not confirmed on any of these radio platforms, the government requests that the vendor identify the shortfall. All headsets must be compatible with ICS systems on the following platforms: GMV USASFC, GMV 75th, Stryker Vehicle, Bradley Vehicle, AC-13,0 MH53, MH53E, CH-46E, CH53D, CH53E, CH47, MH-53, MH-47D, MH47E, MH47F, MH60G, AH-6J, Osprey, MC 130, C17, RG31, MKV ,MC-130. If systems are not confirmed on any of these radio platforms, the government requests that the vendor identify the shortfall. If Active noise reduction (ANR) is used in the high noise systems there must be the capability to selectively turn on and off the ANR. High noise systems must provide for listen and talk capabilities in a high noise environment to include passive sound attenuation to protect the wearer from both steady state and impulse noise, while allowing the user to hear ambient ear-safe noises that h e would hear with the naked ear. It is also desirable to provide amplification of those ambient sounds. Multiple components may be necessary to accomplish this objective, but fewer components with more capabilities are desirable. It is desired but not required to have personal computer interface through IP protocols. The low noise headset must allow for listen and talk in low noise environments with an unobtrusive microphone and speaker system that minimizes interference with acoustic hearing, peripheral vision, and/or other worn equipment. Vendor submissions will be expected to perform reliably in all standard Special Operations Forces RF environments. 200v/m survivability is desired. The entire system must be Waterproof 3 ft, 30 min saltwater in its as worn configuration. All inner aural high noise systems must have a non-custom molded ear bud. It is a desire to have the ability to upgrade to custom molded ear buds in the inner aural headset. All headset must have a quick disconnect between the headset and the PTT. In terms of PTT activation toggle switches are not preferred. Push buttons with a non-audible tactile response are preferred. A wireless PTT is desired if capable of meeting all NSA and DOD criteria. Vendors with modular designs which would allow the operator to tailor the components, based on the operational scenarios, to the most appropriate configuration for mission accomplishment is highly desired. Vendor submissions should cause no significant increase to the detectable signature, i.e. IR, visible, audible, etc, of the operator/platform. Vendor submissions must be as low profile and close to the head as possible to prevent the fatigue associated with poor weight distribution. Vendor submissions must not significantly obstruct peripheral vision. Headset systems must fit the standard 5th to 95th percentile male. Must be compatible when worn with NBC mask(s) such as the M45, M50 and M53 with their hoods. Vendor submissions must not interfere with the wearing of the Basic Helmet and will not interfere with cheek to stock weld when firing rifles, machineguns and carbines. The vendor submissions must allow the operator to wear components together as a system or each component separately. (i.e., the Communications Package must be wearable and functional with or without the Basic Helmet) while being night vision, communications and Nuc lear, Biological and Chemical (NBC) equipment compatible. Other compatibility requirements for vendor submissions include head mounted night observation devices, High Altitude Parachutist Mask, and standard commercial eye protection goggles/glasses. All external surfaces must be rust and salt water resistant and finished in a flat neutral color that is non-reflective. Vendor submissions must be able to operate in temperature ranges between -40 to +130 degrees Fahrenheit with a storage range of -40 to +160. Army standard or commercially equivalent batteries will power components if necessary. It is desirable that no integral power be necessary for components to function. A threshold battery life of 200 hours is required, with 300 hours as an objective, give n a 7/1 receive to transmit ratio. Vendor submissions configured to accept technology upgrades through open architectures are desired. Operator Maintenance for submissions should be limited to that necessary for routine cleansing and replacement of batteries and spares and/or easily replaced components Vendor submissions should include any equipment training packages or use and care instructions necessary to advise a novice operator in the respective systems operation/maintenance. Vendor submissions will be expected to operate reliably for 10 hours per day during a 10-day mission profile without spares or logistical support. As an objective, the system must operate reliably for 10 hours per day during a 20-day mission profile witho ut spares or logistical support. Publications or contractor documentation for each level of operation and repair will include illustrated parts breakdown, parts listings, theory of operations and maintenance troubleshooting guides. A tentative pre-solicitation conference will likely occur in March 2007 at a location to be determined. Interested parties should reply to point of contact listed below no later than 31 January 2007. All responding sources shall provide a summary of their companys capabilities including organizations, name/address/point of contact identification, capabilities, a description of facilities/equipment, manufacturing process, inspection capability, personn el, past experience, proven monthly production capacity and/or potential capability; possible partnering/teaming arrangements; and whether the company is a small or large business. Any feedback on the contents of the proposed equipment are encouraged. 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 not intention or opportunity to acquire funding to support current or future development 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 o bligation to the Government and is for informational purposes only. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. Respondents will not be notified of the results of this survey or results of information submitted. Original Point of Contact: Alan Chisholm (508) 233-6240 Christopher Heim (508)233- 6328. Email your questions/comments to: Christopher Heim at Christopher.Andrew.Heim@natick.army.mil and Alan Chisholm at Alan.Chisholm@natick.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01214693-W 20070120/070119093303 (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.