SOURCES SOUGHT
23 -- Sources Sought/Market Survey for: Vehicle Systems; Technologies for Combat and Tactical Vehicles; and Technologies for Individual Soldier Protection to provide significant improvements to force protection.
- Notice Date
- 12/22/2005
- Notice Type
- Sources Sought
- Contracting Office
- TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-06-R-0245
- Response Due
- 1/13/2006
- Archive Date
- 3/14/2006
- Small Business Set-Aside
- N/A
- Description
- POC: Mr. Vito Zuccaro, DSN: 786-7076, vito.zuccaro@us.army.mil, Commander, US Army TACOM Life Cycle Management Command, ATTN: AMSTA-AQ-AHLA. This is NOT a presolicitation notice pursuant to FAR Part 5. This notice does not constitute an Invitatio n to Bid or Request for Proposal and is not to be construed as a commitment by the Government. Any demonstrations will be at the Governments discretion. The government will not reimburse contractors for any costs incurred for their participation in this survey and potential demonstration. The United States Army is conducting a market survey to determine the potential availability of technologies that will significantly improve the survivability of soldiers by replacing current systems or augmenting current operation in key roles and to impr ove the force protection of tactical and combat vehicles that undertake mission of Combat Patrolling: Infantry Carrier; Reconnaissance, Surveillance, Target Acquisition (RSTA), and Convoy Protection. The market survey will also solicit for all other read ily available means of enhancing force protection for soldiers, units and missions. These means may be add-on protection capabilities, modifications to existing capabilities, or advanced prototype capabilities which enhance protection when integrated into the force. The US Army is interested in capabilities that can be Immediate Actions, defined as acquisition and fielding in 12 months or less. Survey responses that exceed these timelines will not be considered. The initiatives described should have the capability t o be performed while maintaining current operational tempo and pace with other current force platforms deployed in theater. Vehicle Systems: Responses should include: a) Schedule for delivery of product for safety certification; b) schedule for rate production to begin, including the ramp and production rate (assume fielding in 12 months). Responses should include a description of capabilitie s for survivability against Improvised Explosive Devices (IEDs)/mines, small arms direct fire and Rocket Propelled Grenade (RPG) protection (unitary or beyond), with focus on crew survivability and system survivability. Include discussion of other surviva bility benefits (e.g., 360 degree visibility) along with system lethality and mobility characteristics. For the Infantry Patrol Vehicles, discuss ability to hold a nine (9) person squad in addition to its two-person crew with equipment; for RSTA Vehicles, discuss ability to integrate (Long Range Advanced Scout Surveillance System) LRAS3 as well as accommodate four (4) soldiers in addition to its two-person crew with equipment; for Convoy Protection-IED Detect/Defeat Vehicles, discuss IED detection and defe at and the operational concept and effectiveness; for Convoy Protection Vehicles, discuss combination of lethal and non-lethal effects that support the mission. Responses should include descriptions of sustainment characteristics such as reliability, Mean Miles Between Failure (MMBF), Mean Time to Repair (MTTR), operating range, fuel capacity, commonality with other systems, cost per mile of operation, in theater sustainment, and maturity robustness of supply chain/vendor base. Responses should include un it cost for approximately 100 vehicles per type. Responses should discuss types, extent, depth and breadth of analysis and data to substantiate performance and sustainment claims. Responses should include vehicle growth potential regarding power and weig ht for future add-on capabilities as well as definition of current technical characteristics. Technologies for Combat and Tactical Vehicles: Responses should include: a) Schedule for delivery of product for safety certification; b) Applicable vehicle systems for the technology or component; c) Schedule for integration of the technology or component for a current system; d) schedule for rate pr oduction to begin, including the ramp and production rate (assume fie lding in 12 months). Responses should include a description of capabilities (as applicable) for survivability against Improvised Explosive Devices (IEDs)/mines, small arms direct fire and Rocket Propelled Grenade (RPG) protection (unitary or beyond), with focus on crew survivability then system survivability. Include discussion of other survivability benefits (e.g., 360 degree visibility) along with other relevant component characteristics (e.g. volume, weight, power, etc.), and integration considerations . Responses should include descriptions of sustainment characteristics such as reliability, Mean Miles Between Failure (MMBF), Mean Time to Repair (MTTR), commonality with other systems, cost of operation, in theater sustainment, and maturity robustness o f supply chain/vendor base. Responses should include unit cost to integrate into approximately 100 vehicles per type. Responses should discuss types, extent, depth and breadth of analysis and data to substantiate performance and sustainment claims. Resp onses should include component upgrade potential regarding power and weight for potential future enhancements. Technologies for Individual Soldier Protection: Responses should include: a) Schedule for delivery of product for safety certification; b) schedule for rate production to begin, including the ramp and production rate (assume fielding in 12 months). Responses should include a description of capabilitie s (as applicable) for survivability against Improvised Explosive Devices (IEDs)/mines, small arms direct fire and Rocket Propelled Grenade (RPG) protection (unitary or beyond). Include discussion of other survivability benefits (e.g. NBC protection) along with other relevant component characteristics (e.g. volume, weight, power, etc.). Responses should include descriptions of sustainment characteristics such as reliability, Mean Miles Between Failure (MMBF), Mean Time to Repair (MTTR), commonality with ot her systems, cost of operation, in theater sustainment, and maturity robustness of supply chain/vendor base. Responses should include unit cost for approximately 100 units. Responses should discuss types, extent, depth and breadth of analysis and data to substantiate performance and sustainment claims. Responses should include component upgrade potential regarding power and weight for potential future enhancements. Security Provisions: This market survey will be conducted at the unclassified level. No classified information will be exchanged and access to US Department of Defense classified information is not required to participate in this market survey or in the operational demonstration at Ft. Knox. Foreign companies and foreign nationals must submit a Request for Visit Authorization through their Embassy to participate in the unclassified operational demonstration at Ft. Knox, if invited to participate by the P rogram Manager. Format for responses will be a two page descriptive overview of the proposed vehicle/capability, a quad slide which provides a photo/graphic representation, system description highlights, unit cost information, and delivery availability information. Exp enses for information submitted will not be reimbursed. Responses may also include marketing brochures, briefing slides as the respondent wishes to submit for consideration. Upon completion of the market survey, some respondents may be invited to partici pate in operational demonstrations, safety release certifications, and testing envisioned to occur in Ft. Knox, 6-14 February 2006. The purpose of the Comprehensive Force Protection Initiative (CFPI) market survey and demonstration is to facilitate the de velopment of courses of action and recommendations to the senior leadership of TRADOC and the army for enhancing protection. The CFPI market survey and demonstration are not part of an Army acquisition action. At this potential demonstration, the U.S. Ar my intends for its subject matter expert team of Officers, Non-Co mmissioned Officers, and engineers to review submissions to gain knowledge of technology and market availability. The demonstration is at no expense to the U.S. Government. Any information that is considered to be Proprietary shall be clearly marked. Al l documentation must be in English. Documentation provided will not be returned. White Papers will not be accepted. Responses should be sent electronically via email to Mr. Vito Zuccaro at Vito.Zuccaro@us.army.mil. Responses are requested by noon, 13 J anuary 2006.
- Place of Performance
- Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AHL, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Zip Code: 48397-5000
- Record
- SN00957046-W 20051224/051222212346 (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 |