Join today and have your say! It’s FREE!

Become a member today, It's free!

We will not release or resell your information to third parties without your permission.
Please Try Again
{{ error }}
By providing my email, I consent to receiving investment related electronic messages from Stockhouse.

or

Sign In

Please Try Again
{{ error }}
Password Hint : {{passwordHint}}
Forgot Password?

or

Please Try Again {{ error }}

Send my password

SUCCESS
An email was sent with password retrieval instructions. Please go to the link in the email message to retrieve your password.

Become a member today, It's free!

We will not release or resell your information to third parties without your permission.
Quote  |  Bullboard  |  News  |  Opinion  |  Profile  |  Peers  |  Filings  |  Financials  |  Options  |  Price History  |  Ratios  |  Ownership  |  Insiders  |  Valuation

Mission Ready Solutions Inc V.MRS


Primary Symbol: V.MRS.H Alternate Symbol(s):  MSNVF

Mission Ready Solutions Inc. specializes in providing government contracting solutions through its wholly owned subsidiary, Unifire, Inc. (Unifire) Unifire is a small business and an industry manufacturer and distributor fire, military, emergency, and law enforcement products. It has two business segments in the global defense, security, and first-responder markets: consulting and manufacturer representation. It also provides relationship management, product development, acquisition and contracting and sales and marketing support to manufacturers selling to the United States Federal Government. The Protect the Force Innovations (PTFI) division develops, enhances, tests, and pioneers new and advanced technologies relating to defense and personal protection. Its portfolio of defense and security-related products includes Flex9Armor and Tactical Shield Cover. It serves law enforcement, the military, government and other agencies through its various products and services.


TSXV:MRS.H - Post by User

Post by Checkouton Feb 05, 2023 6:39pm
251 Views
Post# 35268008

Harpy development could lead to order of 2,100,000 of them

Harpy development could lead to order of 2,100,000 of them

If indeed we are successful at making the Harpy (shoulder protection device), there is a contract waiting to be announced for 2.1 million soldier protection systems, including our BCS. With the Harpy just being created, we would need 2.1 million HARPY to outfit those gettting the new SPS. Ands since we are creating it at PTF (MRS) manufacturing plant, who thinks we will not get a large part of the contract? 

Protect the Force Inc. (PTF
), the Company's innovation and manufacturing division, has been awarded an Other Transaction for Prototype Agreement to develop a hardened arm protective yoke (HARPY) for next-generation body armor.

https://www.newswire.ca/news-releases/mission-ready-s-innovation-division-awarded-ota-agreement-from-the-united-states-army-combat-capabilities-development-command-soldier-center-801270303.html

Mission Ready's Innovation Division Awarded OTA Agreement from The United States Army-Combat Capabilities Development Command-Soldier Cente

[url=file:///C:/Users/rtymk/Downloads/HARPY+Request+for+Project+Pre-Proposals%20(1).pdf]file:///C:/Users/rtymk/Downloads/HARPY+Request+for+Project+Pre-Proposals%20(1).pdf[/url]

U.S. Army Contracting Division, Natick Contracting Division, DEVCOM SC BOTAA 22-01 REQUEST FOR PROJECT PROPOSAL Area of Interest: Soldier Protective Equipment for upper torso, deltoids, and upper arms Objective: This Request for Project Proposal (RPP) is issued to request preproposals in accordance with Section (B) of the U.S. Army Contracting Division, Natick Contracting Division Broad Other Transaction Authority – DEVCOM SC BOTAA 22-01 competitive announcement. It is not to be construed as a commitment by the Government to award an agreement, nor will the Government pay for the information solicited. This RPP is in compliance with the DEVCOM SC BOTAA 22-01. The Combat Capability Development Command – Soldier Center (CCDC-SC), located in Natick Massachusetts is seeking proposals on the capabilities and willingness of private entities (nonprofit and commercial / nontraditional) for fabricating prototype Hardened Arm Protective Yoke (HARPY) prototype garments as described in Attachment 0001 for user evaluation and developmental evaluation. Background: The Combat Capabilities Development Command – Soldier Center (Department of the Army) is seeking to partner with a vendor for the development and prototype fabrication of a new personal protective garment, which will be an integral component of a future protective ensemble. This project is both a development and an integration effort, which will drive an iterative strategy to achieve an acceptable final design(s) for evaluation. The garment is intended to be worn over the shoulders providing fragmentation protection for the shoulders, upper torso, and upper arms. In addition to the basic fragmentation protection, lightweight molded hard armor panels will be integrated for the upper arm and deltoid, to provide a higher level of protection for those regions. The primary objective is to provide additional protection in these regions without compromising mobility or adding significant burden. The final design should be comfortable for long periods of wear, however will have closures such that the garment can be easily donned/doffed in combat scenarios. The garment will also be compatible with other kit that may or may not be worn in conjunction with the HARPY, such as the Army Combat shirt (ACS), Modular Scalable Vest (MSV), and or the MOLLE 4000 ruck sack. Interfaces are subject to change based on evolving designs of the overall ensemble. The garment itself will be constructed of military grade materials and state of the art ballistic resistant material(s) and shall be designed to meet DoD performance requirements in accordance with like products intended for personal protection. A full requirements set is not yet established, however standard requirements for military textiles will apply (FR, antimicrobial, visual/IR signature, laundering, etc). For initial prototypes and FAI, the ballistic materials selection and bulk ballistic materials will be provided by CCDC-SC, however the material will require patterning for integration into final geometry / size. All ballistic composite material (hard 2 armor components) will be fabricated by CCDC-SC and provided in the final geometry for integration by the selected vendor. Requirements: The purpose of this RPP is to solicit preproposals for concept design and fabrication of HARPY prototypes in collaboration with CCDC-SC design team to support future soldier evaluations as part of a larger system integration. The selected vendor for this effort shall produce HARPY systems capable of being evaluated in a lab environment by U.S. Army personnel. The preproposal should identify the current Technology Readiness Level (TRL), the military utility, concept, materials, manufacturing methodology, and novel technology of the proposed prototype. The Government anticipates the award of a prototype agreement(s) for an innovative technology, process, or concept proposed in response to this announcement. Timeline: Development timeline is contingent on OTA award and funding availability. Notional WBS and IMS shall be submitted as part of proposal and detailed WBS / IMS with the full proposal if requested. Each phase should be proposed as a 9-12 month effort. Phase I: (target 12 month) Concept Design Stage Following OTA award, CCDC-SC will provide initial direction for the intended ballistic materials (protection), areas of coverage, and general design guidance in the form of sketches or in-house developed early prototypes. It is anticipated that the vendor will then enter a concept development phase to generate and provide multiple refined design concepts based around the CCDC-SC guidance. This phase is expected to be iterative in nature. Following the concept evolution phase, the vendor will proceed to pattern and fabricate 2 differentiable prototype designs for submittal to CCDC-SC as FA units. Based on acceptance of those units the vendor will produce a limited number of prototypes in 3 sizes for further evaluation to support soldier touch points or other evaluation methods. Proposed Phase 1 deliverables: 1. (4-5mo) Iterative concept generation sketches (Hand drawn or Adobe illustrator) with primary features identified: materials, closures, construction which can be in ppt form presented as part of regular design meetings. Reoccurring status meetings will provide a mechanism for continued feedback. 2. (2-3 mo) 2X prototype designs: Full pattern sets (including BOM) submitted for review by CCDC-SC. Prefer electronic submittal (Gerber AccuMark V9 or later (graded nests), and paper plots) for patterns and overall concept construction including seam and stitch types used, seam allowances and any construction details along with photos if complex. 3. (1-2 mo) Fabricate 1 each FA prototype designs (2 total) in size Medium/Regular based on approved prototype design submittal. Note- ballistic materials provided as GFM. 4. (1-2 mo) Fabricate limited number or prototype units in 3 sizes (S, M, L) at quantity 5 each for 1 or 2 down selected FA designs. For purpose of proposal, price prototype fabrication in groups of 5 (ex. design 1, size L, 5 ea) such that additional prototype designs or quantity can be funded individually. Minimum of 15 items (1 design, 3 sizes at 5 each). 3 5. (1 mo) For each design fabricated under item 3 or 4 (including sizes), deliver electronic final pattern data package including material specifications and garment construction notes. Phase II: (9-12 month) The phase II OTA option should be included as part of the original proposal and WBS, however is subject to change based on phase I outcomes. Phase IIa is intended to be a continuation of the phase I development to include either further improvements on the original two prototype designs or alternatively phase IIb could transition into design for manufacturability (DFM) focus to improve construction, quality, ease of manufacture, etc to move the product towards a TRL 6 level. Phase II should be proposed as both a phase I continuation or a DFM effort to include a delivery of final prototypes in line with deliverable 4, including update technical data package. Phase IIa approach (option) Following solder feedback and continued evolution of the proposed full ensemble, the vendor should revisit the original phase I approach to incorporate soldier feedback and design direction from CCDC-SC to design and fabricate a second iteration of HARPY prototypes. Phase IIa deliverables (option) 1. Iterative concept generation sketches with primary features identified: materials, closures, construction which can be in ppt form presented as part of regular design meetings. 2. 2X prototype designs: Full pattern sets (including BOM) submitted for review by CCDC-SC. Prefer electronic submittal for patterns overall concept construction. 3. Fabricate 1 each FA prototype designs (2 total) in size large based on approved prototype design submittal. Note- ballistic materials provided as GFM. 4. Fabricate limited number or prototype units in 3 sizes (S, M, L) at quantity 5 each for 1 or 2 down selected FA designs. For purpose of proposal, price prototype fabrication in groups of 5 (ex. design 1, size L, 5 ea) such that additional prototype designs or quantity can be funded individually. Minimum of 15 items (1 design, 3 sizes at 5 each). 5. For each design fabricated under item 3 or 4 (including sizes), deliver electronic final pattern data package including material specifications and garment construction notes. Phase IIb approach (Alternate option): (9-12 mo) In collaboration with CCDC-SC, down select to a single prototype option from combined phase I development efforts. Note: CCDC-SC staff will also be working towards acceptable designs for HARPY in the phase 1 period of performance, and if the Government design is determined to be best path forward, the vendor will be asked to fabricate prototypes in accordance with the government design or with some combination of features from multiple designs (hybrid solution). The vendor would then perform a DFM analysis including trial fabrication(s), incorporating modifications into the original pattern set to fabricate a new FA unit per the new patterns. Vendor would then submit FA unit(s) for CCDC-SC evaluation. Following acceptance by CCDC-SC the vendor would then produce TBD number of prototype units for soldier evaluations or product 4 evaluation. Any proposed military standard test plans for delivered prototypes would be written in collaboration with the Vendor, and executed at the expense of the Government. All materials, excluding hard panels, would be supplied by the Vendor for phase IIb option. Proposed Phase IIb deliverables (alternate option) 1. Fabricate 1 each FA prototype designs (TBD total) in size Medium based on approved prototype design. Incorporate all updated design features in accordance with best manufacturing practices. All material provided by Vendor except hard panels. 2. Fabricate limited number or prototype units in 3 sizes (S, M, L) at quantity 10 each for 1 down selected FA design. Minimum of 30 items (1 design, 3 sizes at 10 each). Price items in sets of 10 each to scale quantity as required. 3. For the design fabricated under item 2 (including sizes), deliver final electronic final pattern data package including material specifications and garment construction notes, any in house qualification or inspection data. The targeted systems requirements can be found in Attachment 0001. Performance Objectives: Preproposals shall be submitted to the following email address: shawn.p.haubner.civ@army.mil Preproposals should be limited to three pages, and include the following: 1. A description of the relevant technology including supporting data (when available), the scope of the proposed effort including a high-level Work Breakdown Structure (WBS), and a description of the proposer’s research, development, manufacturing, past performance, or other special qualifications. 2. The preproposal should indicate the TRL level of the proposed prototype if applicable. 3. The preproposal must also include a projected cost for the efforts described in the preproposal. Additional Information: 1. Provide listing of industrial sewing capabilities and capacities, including any specialty cutting equipment, or design software. 2. Provide description of any previous PPE type garment(s) fabricated, or specific examples relevant to the current RPP, including government contracts. 3. Brief company description of facility(s), personnel employed, years of experience. 4. Provide in response if any subcontracts or pattern makers will be required to meet proposed requirements. 5. Brochures or other descriptions of general organizational or individual capabilities will not be accepted as a preproposal. 5 6. All preproposals will be assigned an identification number and an email will acknowledge receipt of a preproposal. Usually, the Project Manager of the submitting organization should receive a decision letter or email regarding the preproposal within 30-45 days of submission. Administration: The Government will retain comments and information received in response to this RPP. Proprietary information should be identified as Company Proprietary. Do not use Government security classification markings. All written responses must be received by COB July 8, 2022. Responses should be sent by e-mail to: shawn.p.haubner.civ@army.mil with Subject Line of Responding Organization and RPP Title. Material that is advertisement only in nature is not desired. Respondents may review the DEVCOM SC BOTAA at sam.gov for additional areas of interest and/or preproposal submission instructions and representative POCs. Attachment 0001 Hardened Arm Protective Yoke (HARPY) Salient Characteristics For the purpose of preproposal generation, the following materials and expected design considerations are summarized below. These are not intended to be fully defined and are subject to change as the project evolves. Anticipated Design features: • Non-ballistic textile selection shall meet current military standards for FR, signature management, launderability, antimicrobial, antifungal etc. Note: prototypes delivered are intended for user evaluation and mission suitability, not qualification testing per appropriate standards. It is intended that all materials and construction selected meet applicable TRL and would be suitable for follow on qualification. • Areas of coverage is confined to upper torso, neck, deltoid and upper arm. • Maximize Range of motion and mobility • Various zones of ballistic protection to include both fragmentation (soft armor) and rigid armor panels. • Minimized snag points. • Integrated adjustment points to keep item from shifting while performing maneuvers. • Easy/rapid don and doff. • Modular configurations to include removable rigid panels for both laundering and specific mission requirements • Maximum weight (TBD) • Compatible with existing fielded armor and load carriage systems. Integration features may evolve during phase 1 or phase 2 based on system ensemble. • Relative bulk compared to similar systems. Anticipated material requirements: Non-Ballistic materials: 6 All non- ballistic materials are anticipated to meet military specification for textile materials including any overwrap fabrics, hook-loop closures, elastomeric panels, padding, buckles, webbing, and thread. Selected vendor will be responsible for providing all materials and material specifications included in the prototype deliveries below as part of the pattern drawing set and or BOM. Ballistic Fragmentation materials: Fragmentation materials are anticipated to be latest generation aramid or PE soft armor systems intended for protection against fragmentation only. These materials may come from various vendors as directed by CCDC-SC and may range in AD based on protection provided. The vendor will be required to pattern and cut these materials to fit within the garment geometry. For the purpose of Initial prototypes, ballistic fragmentation material will be provided as GFM, however for any prototypes delivered after FAI, the vendor will be responsible for sourcing and providing the soft armor materials. Hard armor components: All hard armor panels design will be approved by CCDC-SC prior to integration. Materials used for these panels and all fabrication of the panels will be completed by CCDC-SC and provided to vendor as GFM. Initially, shapes may be represented by polymeric AM parts for fitting, however FAI and follow on deliverables will be constructed of representative ballistic composite materials. Current target aerial density for the hard panels is 0.5 psf (0.2in thickness), however is subject to change. Hard armor products will be contoured to minimize bulk and shall not interfere with primary load carriage. Ballistic composite and frag protection materials are subject to change at the discretion of CCDC-SC.
<< Previous
Bullboard Posts
Next >>