SOURCES SOUGHT
10 -- Electric Power Assist & Controls Package
- Notice Date
- 2/21/2018
- Notice Type
- Sources Sought
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-X-0001
- Point of Contact
- Anthony J. Bleakley, Phone: 9737244309, Scott Dern, Phone: 9737248674
- E-Mail Address
-
anthony.j.bleakley.civ@mail.mil, scott.r.dern.civ@mail.mil
(anthony.j.bleakley.civ@mail.mil, scott.r.dern.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information 1.0 Description 1.1 ARDEC in support of the PM TAS PROGRAM OFFICE is soliciting information about how an interested contractor could Build a complete Electric power assist and controls package consisting of hardware, software, and a human machine interface (HMI) 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Background This RFI focuses on acquiring information about the capabilities and technology available to build a complete electric power assist and controls package consisting of hardware, software, and a human machine interface (HMI). This system will be used to control a Facility Gun Mount that will be utilized to test M199 and M776 cannons and ammunition. 3.0 Requested Information 3.1 Requirements: This system will consist of six points of control; Traverse, Elevation, Breech Opening, Ramming Mechanism, Primer Feed Mechanism (PFM), and Firing Mechanism. All of the hardware should be compliant with MIL-STD 810E for environmental testing and all painted surfaces should be prepared, undercoated and painted in accordance with MIL-DTL24441 Types II or III specifications. Any electric connectors should comply with applicable MIL-STD specifications. All electric equipment should be designed in compliance with MIL-STD 461E and MIL-STD 810E 3.2 Hardware: Linear Actuator -Elevation Quantity: 2 Power: Electric, 270VDC-650VDC Stroke Length: 862mm Peak Required Total Force (2 actuators): 139,122 N No Load Speed: 25mm/sec Retracted Length: 1168mm Integrated Manual Input Shaft for Backup Drive Notes: Two elevation cylinders must be able to work together in parallel circuit with no binding. Traverse Drive Motor: Quantity: 1 Power: Electric 270VDC-650VDC Peak torque: 170Nm Rated Torque: 120 Nm Rated Speed: 775rpm Mounting interface with gearbox: A2 (2 Bolt 106.1 pcd) Output Shaft: SAE A 1" 6B Integrated Manual Input Shaft for Backup Drive Rotary Actuator- Breech Opener Quantity: 1 Peak Torque: 500Nm Continuous Torque: 440Nm No Load Speed: 30 rpm Mounting: Face Degrees of rotation: Adjustable hard stops 167° +/- 2 Power: Electric 270VDC-650VDC Note: 1. Must fit in space claim no larger than: L 400mm, W 100mm, H 250 mm Rotary Actuator- PFM Quantity: 1 Peak Torque: 50Nm Continuous Torque: 40Nm No Load Speed: 30rpm Degrees of rotation: 90° +/- 5 Mounting: Flange Power: Electric 270VDC-650VDC Actuator- Rammer The "Rammer" must be a capable of positively seating 155mm projectiles in both the 776 and 199 cannon assemblies. Quantity: 1 Power: Electric 270VDC-650VDC Velocity with projectile: 2.9m/sec. minimum, adjustable Notes: Should fit in an envelope H.5m, W.6m, L 1m Linear Actuator- Remote Firing Quantity: 1 Power: Electric 24VDC-270VDC-650VDC Stroke: 100-200mm No Load Speed: 200mm/sec Note: This could possibly be a preloaded mechanical actuator (spring?) with electric release solenoid. 3.3 Controls: Commercial, off the shelf software should be used with international tech support available. The gun control system will control traverse, elevation, breech, ramming mechanism, primer feed mechanism, and firing mechanism functions. Controls system will interface with the electric actuators within the Proof Gun System. Safety interlock features should be built in to the control system. These safety features should be logic based so that one function cannot be engaged while it would be unsafe. Human Machine Interface: The HMI will be a commercial, off the shelf, handheld control that will allow the operator to have precision control of the Elevation, Traverse, Breech, Primer Feed, Rammer and Firing functions of the Proof Gun System. Signal carried by cable or wireless Emergency safety stop Support 6 axis of control • Elevation: Joystick control for fine adjustability to +/- 1 mil • Traverse: Joystick control for fine adjustability +/- 1 mil • Breech: Simple open/ close logic • Primer Feed: Simple open/ close logic • Rammer: Simple open/ close logic • Firing Mech.: Momentary switch with safety cover Note: The HMI will be used in dusty environments with salt air and are subject to possible drop and impact damage. 4.0 Support: Provide Logistics and Engineering support in the development and integration of the Technical Data Package (TDP) in regards to design and development. Technical data includes, but may not be limited to:  Technical manuals (Maintenance, Troubleshooting, and Operator/Crew)  Maintenance expenditure limits and calibration procedures  Repair parts and Special Tools Lists (RPSTL)  Maintenance allocation charts  Corrective maintenance instructions  Preventive maintenance and Predictive maintenance instructions  Drawings/specifications/technical data packages  Software documentation  Provisioning/Cataloging documentation  Identification lists  Component lists  Product support data  Configuration Management  Hazardous Material documentation 5.0 Responses: 4.1 Contractors who deem themselves qualified and who would be interested in identifying a possible solution, please take the time to respond to the questions provided below. 1. Administrative Information: a. Company Name b. Mailing Address and Website c. CAGE Code (if applicable) d. North America Industry Classification System (NAICS) number e. Business size and eligibility under USG socio-economic programs and preference f. Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)? 2. Person Responding to Questionnaire: a. Name b. Title c. Company Responsibility/Position d. Telephone Number/Fax Number e. E-Mail Address 3. Description of your proposed solution. 4. Brief description of your company capabilities and the nature of the goods and/or services you provide. 5. Description of your knowledge and experience with SHORAD systems. 6. Description of any risks and mitigation steps associated with your proposed solution. 7. Name of proposed subcontractors, if applicable. 8. Description of the expected performance and effectiveness of proposed system. 9. Provide a production and test schedule with milestones (Provide a Rough Order of Magnitude (ROM) cost for production of your proposed solution in the quantities and timeframes requested to include unit costs. 10. Cost for Technical Data Package. 11. Define any GFE/GFI request (to include condition) and need dates. 12. Briefly describe your Earned Value Management (EVM) process or description of any other relevant information about a proposed system that may be beneficial for the USG to know. The NAICS is: 333314 and the small business size is 500 (size standard in number of employees). All interested and potential firms must be registered in the System for Award Management (SAM) in order to receive an award. Interested sources can register at https://www.sam.gov/portal/public/SAM/. 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 Government. The Government implies no intention or opportunity to acquire funding to support current or future 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 data should be sent at no cost to the Government NO LATER THAN March 23, 2018 at 3 PM Eastern Standard Time to the Government, ATTN: anthony.j.bleakley.civ@mail.mil and scott.r.dern.civ@mail.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions, by email. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5b5b21dfd8d28bc56d089abd9a8f6eb)
- Place of Performance
- Address: ACC - New Jersey ACC-NJ-JA, Building 9, Phipps Road, Picatinny Arsenal, New Jersey, 07806, United States
- Zip Code: 07806
- Zip Code: 07806
- Record
- SN04829933-W 20180223/180221231601-f5b5b21dfd8d28bc56d089abd9a8f6eb (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 |