Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2020 SAM #6769
SOURCES SOUGHT

12 -- Lightweight Handheld Mortar Ballistic Computer (LHMBC) Gen 3

Notice Date
6/9/2020 10:38:20 AM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN17D0007
 
Response Due
7/8/2020 12:00:00 PM
 
Archive Date
07/23/2020
 
Point of Contact
Michael W. Samra, Phone: 9737243965, Michael J. Gomez
 
E-Mail Address
michael.w.samra.civ@mail.mil, michael.j.gomez50.civ@mail.mil
(michael.w.samra.civ@mail.mil, michael.j.gomez50.civ@mail.mil)
 
Description
Lightweight Handheld Mortar Ballistic Computer (LHMBC) Gen 3 The U.S. Army Contracting Command � New Jersey (ACC-NJ), Picatinny Arsenal, NJ, 07806-5000, on behalf of the Office of the Product Manager Precision Fires and Mortars (PdM PFM), Office of the Project Manager Combat Ammunition Systems (PM CAS) is conducting a market survey to identify potential sources capable of providing LHMBC hardware.� The hardware must be operational in all weather conditions.� The purpose of this market survey is to obtain information from potential sources on handheld computers that are currently in production or can be in production within the next 12 months.� The proposed solution for the LHMBC must satisfy all of the requirements specified herein or any commercial solution that may be applicable.� The purpose of the LHMBC system is to calculate ballistic solution for the 120mm, 81mm and 60mm mortar weapon systems, connect to Fires Support Network via radio, and may be used to process information from connected Line Replaceable Units when connected to the Mortar Fire Control System (MFCS). The hardware is desired to be ruggedized for continuous operation in a wide range of military and combat environments. Interested parties must provide the following information: The company name, address, telephone number, email address, technical point of contact, CAGE code, DUNS number, and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantages Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). A description of facilities, equipment, personnel (numbers, experience, specialized skill sets), and environmental compliance as it relates to the above efforts. Evidence of a general understanding of United States Government (USG) testing requirements. Evidence of Quality Assurance in order to support this program. A description of current and previous experience in designing computer systems. Any additional information that may be useful to the Government. In addition, interested parties are required to submit a detailed proposed solution that can meet all of the following requirements: The hardware shall contain a touch screen that is operable by mortar crew members while wearing Mission-Oriented Protective Posture-4 (MOPP-4) and Arctic clothing. The hardware shall have a maximum weight of 2 lbs. The hardware shall have a maximum screen size of seven (7) inches measured diagonally. The hardware shall have a screen that is visible in direct sunlight and dimmable at night The hardware shall have a minimum of 8 GB RAM. The hardware shall have a minimum of 512 GB of storage. The hardware shall have an upgradable embedded military Global Position System (GPS). The hardware shall operate with Windows 10 Enterprise or Windows 10 IOT Enterprise or Android. The hardware shall provide a rechargeable/replaceable internal battery that operates for minimum 4 hours between -25�F and 125�F. The hardware shall be able to charge the internal battery and operate continuously when connected to an external AC power source. The hardware shall have a military grade connector with the connections capabilities: USB, Ethernet, and Serial. The hardware shall have Bluetooth connectivity that can be disabled. The hardware shall have WIFI connectivity that can be disabled. The hardware shall be capable of the following security measures for a Windows device: BitLocker device encryption Secure Boot � Settable (default on) Trusted Platform Module (TPM) 2.0 Unified Extensible Firmware Interface (UEFI) Version 2.6 Virtualization-based Security (VBS) Windows Defender Credential Guard Hypervisor-Protected Code Integrity The hardware shall be capable of the following security measures for an Android device: The technology used for data separation between work apps, data and personal apps, and data that has been certified by the National Information Assurance Partnership (NIAP) as compliant with the data separation requirements of the Protection Profile for Mobile Device Fundamentals (MDF) or can be proven to be able to be approved. Interested parties shall specifically identify all deviations from the requirements along with proposed solutions for achieving compliance.� Interested parties shall discuss a proposed engineering solution addressing all deviations and associated risk assessment (to include cost, schedule, and performance risk).� The response shall also describe the maturity of the concept and/or technology being proposed, describing any testing performed to date, if applicable. Technical information regarding the following categories: Ruggedness (MIL-STD-810H, MIL-STD-461G) Detail any testing that has occurred along with documentation Runtime Nominal draw/Peak draw External Interfaces Provide a Rough Order of Magnitude (ROM) for the following quantity ranges to include Non-Recurring Engineering (NRE) Estimate Quantity 1-10 Quantity 11-50 Quantity 51-100 Quantity 101-250 Quantity 251-500 Quantity 501-1000 Quantity 1001-2000 Quantity 2001-3000 Quantity 3001-5000 Production quantity capabilities The following are additional features for the hardware that would beneficial to the program: The hardware shall have a second storage drive. The hardware shall be able to have �quick charge� capabilities. The hardware shall have physical programmable buttons. The hardware shall be capable of connecting to an external display and keyboard via dock or a mount.� The company shall provide dock and/or mount design that can connect to the hardware and have a military grade connector(s) with multiple USB, Ethernet, serial, and display connection capabilities. Respondents that possess the capabilities listed above may submit their responses to the point of contact listed below.� If the proposed technology demonstrates a sufficient solution, the government may have interest in partnering to further develop the technology to meet the requirements.� This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP).� All information received in response to this market survey that is marked Proprietary will be handled accordingly.� Responses to the market survey will not be returned.� This market survey is not to be construed as a commitment by the U.S. Government.� 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 shall submit information within 30 days of this notice (No later than 08 July 2020) by 3:00pm EST to Michael Samra, ACC-NJ-CA Bldg. 10, Picatinny Arsenal, NJ 07806-5000, michael.w.samra.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b360059e27e34fa2b95442145b656bfd/view)
 
Record
SN05685188-F 20200611/200609230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.