SOURCES SOUGHT
23 -- JOINT LIGHT TACTICAL VEHICLE (JLTV) FAMILY OF VEHICLES ? CRITICAL ATTRIBUTES
- Notice Date
- 1/12/2006
- Notice Type
- Sources Sought
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M67854JLTV
- Response Due
- 2/22/2006
- Description
- The United States Marine Corps (USMC) is issuing a Request for Information (RFI) as part of a market survey. The USMC is seeking information on vendors? capability of producing a Joint Light Tactical Vehicle (JLTV) Family of Vehicles. No formal Request for Proposals (RFP), solicitation, and/or additional information regarding this request will be issued. This is not a commitment to fund any effort submitted in response to this request. Description. In response to an operational need and an aging fleet of light tactical wheeled vehicles, the Joint Services have developed a requirement for a new tactical wheeled vehicle platform that will provide increased force protection, survivability, and improved capacity over the current up-armored HMMWV (UAH) while balancing mobility and transportability requirements with total ownership costs. The basic JLTV chassis shall be a wheeled vehicle that is capable of performing in a full Range Of Military Operations (ROMO). Basic Variants. The JLTV Family should be configured in these basic variants (but are not limited to): -Six-Passenger Combat Tactical Vehicle (CTV) -Command and Control (C2) -Light Weapons Platform -Ambulance (2 to 4 Litter) -Utility Vehicle -Reconnaissance -Combat Engineer Support Vehicle Capability Gaps. The Joint Services have identified five capability gaps that must be addressed by the JLTV Family of Vehicles. a. Gap 1: Move mounted combat forces: Six Passenger combat tactical vehicle (CTV). b. Gap 2: Move mounted combat support forces: 2 to 4 passenger configuration; ability to support multiple Combat Support mission tasks. c. Gap 3: Move mounted combat service support forces: 2 to 4 passenger configuration; ability to support multiple Combat Service Support mission tasks. d. Gap 4: Move light (airborne/air assault) forces; 2 crew plus 9 passengers or 2 crew with added shelter. e. Gap 5: Move long-range reconnaissance forces; 4 passenger reconnaissance vehicle. A companion trailer shall be designed to support the vehicle when required. Commonality of components is a driving feature of the JLTV Family of Vehicles. Desired Attributes across all capability gaps (T=Threshold, O=Objective): a. Force Protection (Personnel Protection) (1) Using STANAG standards, protect personnel from injury during single (T); multiple (O) event(s) during a single mission. Threshold capability will be met with add-on armor B-Kit installed by vehicle occupants. (2) A-Kit Armor Standard, B-Kit armor add-on capability. (a). Base-level Armor - A Kit KE Threat: STANAG Level 1 (7.62 mm 360 degrees, 30m) Artillery: STANAG Level 1 (155mm HE at 100m) Mine Blast/IED (center line): STANAG Level 3 (6kg (T) 8 kg (O). (b). Add on Armor - B Kit KE Threat: STANAG Level 3 (T); Level 4 (O) (7.62mm AP to 14.5mm AP) Artillery: STANAG Level 3 (T); Level 4 (O) (155mm HE @ 60m/ 155 HE at 30m) Mine Blast/IED (center line): STANAG Level 4a (O) (10kg) RPG: (O) Defeat or defend against all or partial types of RPG warheads (3) 360-degree Armor Protection of personnel against known threats including KE, IED, Mine, and RPG (O) when up-armored with B-Kit. (4) Other: (a) Quick Release passenger restraint system (Improved over standard seatbelts). (b) Roll-over protection. (c) Universal weapons mount to support organic Infantry Bn weapons. (d) Gunner protection. (Locations TBD) b. Survivability (Vehicle Survivability) (1) Electronic IED defeat. (O) (2) Shot detection/warning. (O) (3) Self-Recovery Capability. (T = O) (4) Run flat tires. (T = O) (5) Instant Fire Suppression in engine and cabin. (T = O) (6) Fording capability: 30? w/o prep, 60? with prep (T), 60? w/o prep. (O) c. Transportability (1) Air: CH-53E at a distance of 110 nm, CH-47, UH-60 External Lift (Gap 5 Only); C-130 and Larger Internal Lift. (2) Water: Amphibs, LCAC, LCU, MPF. (Size Constraints) (3) Target Curb Weight: Gap 1, 2, 3: Approximately 12K lbs. Gap 4: Approximately 12 to 15K lbs depending on shelter armor. Low Velocity Air Drop Capable. Gap 5: Approximately 5 to 8K lbs. Low Velocity Air Drop Capable (Speed and stealth prioritized over armor) (4). Height Constraint: (Gap 1, 2, 3) 77 inches or less during transport. d. Mobility (1) Operating range (40-50 percent cross country/50-60 percent on road), at capacity, of 350 miles (T); 700 miles (O) with fuel capacity equal to or less than HMMWVA2. (2) Towing capability: Cross-country / highway. e. Network-Enabling (1) Sufficient electrical power to support scalable concept of suites. (2) Long range on the move communications capability (as both a Node and a Distribution Provider). (3) 2 VHF Nets. (T) (4) Tactical workstation support requirements. (power, space claim) (5) Offboard Power 10 kw (T), 20 kw (O). f. Sustainment (1) 2 Days of Supply (DOS) (T) 3 DOS (O). (2) Combat load and sustainment items may be carried external to the vehicle. (3) The materiel approaches should consider modularity of sustainment items to enable rapid re-supply and refuel. g. RAM (1) Reliability: 90 percent (T), 95 percent (O) (2) Inherent Availability (Ai): 90 percent (T), 95 percent (O) (3) Two levels of maintenance allowing unit to repair/replace 65 percent (T), 85 percent (O) damaged parts. (4) Onboard critical system warning / diagnostics (T). (5) Exportable warning / diagnostics ? post mission (T), real time (O). h. Payload (1) Gap 1, 2, 3: 3,000 lbs (T), 5,000 lbs (O). Cross Country Towing Payload: 5,000 lbs (T), 10,000 lbs (O). (2) Gap 4: 5,000 lbs (T), 7,000 lbs (O) (3) Gap 5: 1,500 lbs (T), 3,000 lbs (O) i. Other Design Factors (1) Night vision compatible lights/markings. (T = O) (2) Low light vision enhancement. (T = O) Interested vendors, may submit a Capability Statement, in the form of a White Paper. Industry responses are requested to answer the following questions: a. What is the technical feasibility of a family of vehicles meeting the specified (T) and (O) values for all five gaps? (Can you build them?) b. What are the primary cost drivers associated with our requirements? (Are they affordable?) c. In what areas are we underestimating industry?s capabilities to meet the requirements, if any? (Can we do something better?) d. Specify trade space issues/concerns for both feasibility and cost. (What requirements are difficult to achieve?) e. Estimate an approximate design and production schedule. (1) (How long will it take to build and test them?) ? Milestone A to Milestone B ? Technology Development Phase (2) (How long will it take following prototype testing to execute the System Development and Demonstration Phase?) ? Milestone B to Milestone C f. MCCDC Combat Developers will review responses with a focus on Gaps 1-3. TRADOC Combat Developers will review all responses with a focus on Gaps 4 and 5. Responses should not exceed 6 pages in length including cover page and should use the following format: The cover page shall be labeled ?Joint Light Tactical Vehicle ? Critical Attributes?, and shall include the Request for Information number, your company name, submitter?s administrative and technical points of contact, with telephone numbers, facsimile numbers, email addresses, and relevant websites. The papers submitted in response to this notice shall be unclassified. The submitted responses will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and DoD/DoN regulations. Vendors are expected to clearly mark each page of their submission that contains proprietary information. Responses will not be disclosed outside the Department of Defense. Questions shall be directed to the Project Officer, as specified below: Mr. Aaron Lang Marine Corps Combat Development Command (MCCDC), Fires and Maneuver Integration Division, 3300 Russell Rd, Quantico, VA 22134, Phone: (703) 784-2554, Email: aaron.lang@usmc.mil. This sources sought/RFI is for planning purposes and is not to be construed as a request for proposal or as an obligation in part of the Government to acquire any follow-on acquisition. Responses to this RFI shall be e-mailed to Mr. Terence J. McGinn, the Contracting Officer, at: terence.mcginn@usmc.mil no later than 22 February 2006. In addition to e-mail, vendor submission may be mailed or delivered via FedEx, UPS or DHL to: Commanding General, MARCORSYSCOM, Attn: T.J. McGinn; GTES, 2200 Lester Street, Quantico, VA 22134 no later than 22 February 2006. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.
- Record
- SN00965886-W 20060114/060112213939 (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 |