Ohio Bids > Bid Detail

Anthropomorphic Test Dummy Solution (ATDS) Request for Information (RFI) #WNUK-24-002

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159469802119530
Posted Date: Mar 13, 2024
Due Date: Apr 12, 2024
Source: https://sam.gov/opp/4ec99f2552...
Follow
Anthropomorphic Test Dummy Solution (ATDS) Request for Information (RFI) #WNUK-24-002
Active
Contract Opportunity
Notice ID
WNUK-24-002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
AGILE COMBAT SYSTEMS
Office
FA8606 AFLCMC WNUK HUMAN SYSTEMS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2024 10:41 am EDT
  • Original Response Date: Apr 12, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 339999 - All Other Miscellaneous Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

General Introduction:




  1. This announcement constitutes a Request for Information (RFI) only. Air Force Life Cycle Management Center (AFLCMC) Human Systems Program Office (AFLCMC/WNU) is conducting a market assessment to identify potential sources, and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC/WNU is issuing this RFI to explore cost effective options to provide this capability and to obtain valuable feedback regarding the requirements for the Anthropomorphic Test Dummies (ATD) listed within this RFI. This RFI is issued solely for information and planning purposes and will be considered to determine the acquisition strategy for the ATD program as well as potential future solicitations.

  2. This is not a request for competitive proposals. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party’s expense.

  3. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist the Program Office in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontracting goals. The acquisition strategy is still being determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open competition, a small business set aside, a sole source acquisition, or utilization of a DLA contract.

  4. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements presented below.



Purpose:



The purpose of this RFI is to gather information on the current state and availability of vendors, capable of providing a total of 14 Hybrid III ATDs in accordance with the requirements listed below. Specifically, out of 14 total, 7 ATDs are required to represent the 5th percentile and 7 ATDs are required to represent the 95th percentile. The 5th and 95th percentile ATDs are referred to as the JPTAS (Joint Primary Air Training System) series and are outlined/documented in the Crew Systems Bulletin (2016). The ATDs will be used for programs related to ejection seat testing in order to evaluate the physical, biological, and atmospheric effects on a human body.



ATD Requirements:



JPATS (Joint Primary Air Training System) 5th Percentile Requirements:




  • The requirement shall be to produce 7 JPATS 5th percentile ATDs

  • The manikin will support a 5th percentile hybrid III automotive neck and the Joint Strike Fighter, JSF-SF81 head form required for ejection testing

  • The head will have an average durometer shore A reading of 57 ± 1

  • The non-instrumented manikin weight will be 96 ± 0.5 lbs, where the fully instrumented manikin weight will be 103 ± 0.5 lbs

  • The following table, Figure 1, represents the JPATS 5th percentile ATD Anthropometry Requirements – in inches:



Figure 1



Stature



60.7 ± 3.0



Head Length



7.52 ± 0.25



Head Breadth



6.09 ± 0.25



Head Circumference



21.73 ± 0.25



Sitting Height



32.80 ± 0.25



Eye Height Sitting



27.75 ± 0.25



Thumb Tip Reach



27.10 ± 0.25



Shoulder Breadth



16.40 ± 1.70



Chest Depth



9.15 ± 1.75



Chest Breadth



10.10 ± 0.25



Chest Circumference



34.10 ± 0.25



Waist Circumference



31.00 ± 0.25



Hip Breadth



11.60 ± 0.25



Thigh Circumference



21.75 ± 3.25



Buttock-Knee Length



21.15 ± 0.25



Knee-Height Sitting



18.70 ± 0.25



Foot Length



8.80 ± 0.25



Shoulder Height Sitting



21.10 ± 0.50






  • The neck will be the 5th percentile female Hybrid III automotive crash test dummy neck

  • Manikin will support the use of two six-axis neck load cells at the same time: an upper neck load cell installed at the C0 location and a lower neck load cell installed at the C7/T5 location

  • The lower neck load cell can either be an adjustable lower neck load cell or a non-adjustable lower neck load cell

  • The chest shall support a chest box that can accommodate a Data Acquisition System (DAS) with sensor wiring and a battery pack for powering the system

  • The chest box will also provide a housing for installing a DTS six-degree of Freedom (6 DOF) sensor mounting block

  • The 6 DOF block will house three linear accelerometers and three angular rate sensors

  • The DAS systems that the chest box are required to house at one time are the EME Corp Pico64 DAS, DTS Slice Nano DAS, DTS Slice Micro DAS, and DTS Distributor

  • The manikin pelvis will be a pedestrian design for both standing and sitting positions with adjustable configuration

  • It will support a straight spine design that accepts a six-axis lumbar load cell, connecting the spine to the pelvis

  • The leg femur shall support the ability to install a six-degree load cell in the femur



JPATS (Joint Primary Air Training System) 95th Percentile Requirements:




  • The Requirement shall be to produce 7 JPATS 95th percentile ATDs

  • The manikin will support a 95th percentile hybrid III automotive neck and the Joint Strike Fighter, JSF-LM110H head form required for ejection testing

  • The LM-110H head will have an average durometer shore A reading of 64 ± 1

  • The non-instrumented manikin weight will be 233 ± 1 lbs

  • The instrumented manikin weight will be 245 ± 1 lbs

  • The following table, Figure 2, represents the JPATS 95th percentile ATD Anthropometry Requirements – in inches:



Figure 2



Stature



75.8 ± 3.0



Head Length



8.20 ± 0.25



Head Breadth



6.50 ± 0.25



Head Circumference



24.00 ± 0.25



Sitting Height



38.55 ± 0.55



Eye Height Sitting



32.90 ± 0.25



Thumb Tip Reach



36.00 ± 0.25



Shoulder Breadth



19.65 ± 2.85



Chest Depth



9.8 ± 2.4



Chest Breadth



13.40 ± 0.25



Chest Circumference



44.70 ± 0.25



Waist Circumference



41.70 ± 0.25



Hip Breadth



17.70 ± 0.25



Thigh Circumference



24.4 ± 5.3



Buttock-Knee Length



27.90 ± 0.25



Knee-Height Sitting



24.50 ± 0.30



Foot Length



10.30 ± 0.25



Shoulder Height Sitting



25.00 ± 0.50






  • The manikin will support the use of two six-axis neck load cells: an upper neck load cell installed at the C0 location and a lower neck lower neck load cell installed at the C7/T5 location

  • The required neck shall be from the Hybrid III – 95th Percentile automotive crash test dummy

  • The chest shall support a chest box that can accommodate a Data Acquisition System (DAS) with sensor wiring and a battery pack for powering the system

  • The chest box will also provide a housing for the mounting of a DTS six-degree of Freedom (6 DOF) block

  • The 6 DOF block will house three linear accelerometers and three angular rate sensors

  • The required DAS systems are as follows: EME Corp Pico64, DTS Slice Nano, DTS Slice Micro, DTS Distributor

  • The manikin pelvis will be a pedestrian design for both standing and sitting and shall have an adjustable configuration

  • It will support a straight spine design that accepts a six-axis lumbar load cell and attaches to the pelvis

  • The leg femur shall support the ability to install a six-axis load cell in the femur



RFI Responses:



Please provide your Request for Information responses to Kevin Peaslee, kevin.peaslee@us.af.mil and Katie Pitts, katie.pitts@us.af.mil by 4:00 pm EST on 12 April 2024. Title e-mail responses in the subject line of the e-mail as follows: “Response to ATDS Request for Information #WNUK-24-002.”





Responses to this RFI should include the following:




  • Describe your firm’s ability to meet each of the requirements. Please provide current product specifications and capabilities, to include: size, weight, and performance.

  • Does your proposed product require any modifications to meet the government requirement? If so, please describe the scope of proposed modifications. Describe your existing or planned production capability.

  • Please describe your proposed delivery schedule for 14 ATDs.





Data Rights: Describe data associated to your proposed products, and any data rights assertions if applicable.



Cost Data: Please provide the following (or similar) cost information:








      • Rough Order of Magnitude (ROM): Page length should be no more than 1-2 pages independent of technical information. Please address the following: Estimated cost per ATD, estimated cost per each associated item that comes with the ATD, and if a modification is needed to your existing product, the cost of the modification. Respondents should also include a description of the company’s background, experience, and any other information that demonstrates value, performance, and capabilities. If teaming is being considered, please provide a description and the impact on production.









Contractor Capability Assessment:



Responses shall include the following information:






    1. Company/Institute name

    2. Address

    3. Point of Contact

    4. Cage Code

    5. DUNS Number

    6. Phone Number

    7. E-mail Address

    8. Web page URL





All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) code for this requirement, if applicable to the company’s capabilities, should be included in the company’s NAICS code listing in SAM.



The NAICS Code for this action is 339999, size standard 550 employees. Based on the NAICS Code, state whether your company qualifies as a:






    1. Small Business (Yes/No)

    2. Women-Owned Small Business (Yes/No)

    3. Economically Disadvantaged Small Business Women-Owned Small Business (Yes/No)

    4. 8(a) Certified (Yes/No)





Date certified: ____________________






    1. HUB Zone Certified (Yes/No)

    2. Veteran-Owned Small Business (Yes/No)

    3. Service Disabled Veteran-Owned Small Business (Yes/No)

    4. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership).

    5. Statement as to whether your company is the manufacturer of the item or the reseller.





Please limit your responses to no more than 10 pages, to include product sheets, test data, graphs, charts and answers to the questions above. Marketing materials are considered an insufficient response to this Request for Information.



If your company is capable of some, but not the entire requirement stated within this RFI, please provide a response that explains the requirements for which you are capable.



Identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed.



Respondents should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this RFI that is properly marked as “proprietary” will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.





Questions:



Responses to questions from interested parties will be promptly answered via email, unless some release of proprietary information is involved, or the answer addresses a question specific to a company or that company’s response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government’s understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to respondents after the RFI assessments are completed.



Points of Contact (POCs) for this RFI:



Kevin Peaslee, Contracting Officer kevin.peaslee@us.af.mil



AND



Katie Pitts, Contracting Specialist



katie.pitts@us.af.mil



Contracting Office Address:



1981 Monahan Way, Bldg. 12



Wright-Patterson AFB, Ohio 45433



Verbal questions will NOT be accepted. All questions will be answered via email; except as provided above.



Additionally, questions must NOT contain trade secrets or classified information.



The Government reserves the right to not address questions received after 12 April 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1981 MONAHAN WAY BLDG 12
  • WRIGHT PATTERSON AFB , OH 45433-7205
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 13, 2024 10:41 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >