SOLICITATION NOTICE
23 -- Broad Agency Announcment LTATV
- Notice Date
- 3/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-06-BAALTATV
- Response Due
- 4/11/2006
- Point of Contact
- Allison Hutchens, Contract Specialist, Phone 813-828-4767, Fax 813-828-7504, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
- E-Mail Address
-
hutchea@socom.mil, griffi1@socom.mil
- Description
- General Information Document Type: BROAD AGENCY ANNOUNCEMENT (BAA) Classification Code: A -- Research & Development Description AJ61 - Broad Area Announcement for an advanced Lightweight Tactical All Terrain Vehicle (LTATV). PROGRAM OBJECTIVES AND DESCRIPTION: This notice constitutes a Broad Agency Announcement (BAA) as represented in FAR 6.102(d)(2). The United States Special Operations Command (USSOCOM) is soliciting proposals for advanced capabilities for a Lightweight Tactical All Terrain Vehicle (LTATV). These systems enhance SOF mission performance by providing a family of mobility platforms to meet both tactical and logistical function needs. The LTATV utility variant can be used to evacuate casualties, transport equipment, and haul supplies within the unit’s operational area. The addition of commercially available track conversion system or other technologies may be considered to enhance around-the-clock, all weather use in cold climates and otherwise un-navigable terrain. The USSOCOM has an interest for the research and development of a family of mobility platforms to meet tactical and logistical functions. It is the intent of this announcement to maximize, to the greatest extent possible, technology that can be readily adapted to meet the objectives described in this BAA. LTATVs must be designed to operate worldwide on primary and secondary roads and unimproved off-road terrain as well as mountainous terrain. System requirements include operation in around-the-clock, worldwide use in all ranges of weather and terrain. The following specific aspects of the LTATV are of interest: 1) Advanced human factors consideration which enhance both safety and operational capabilities in tactical and administrative environments, including effective use of weapons and communications equipment while operating the vehicle, 2) Optimized power plant capability with consideration of multi-fuel/hybrid electric, 3) Transportable via all current and envisioned Special Operations Forces (SOF) fixed and rotary wing cargo aircraft, including the CV-22, 4) Night vision device compatible, 5) Improved safety features such as roll-over protection, 6) Capable of supporting worldwide deployment in all terrains and climates, 7) Single and multiple-passenger variants as part of the proposed family of vehicles will be considered appropriate. This BAA shall remain open for 30 days from the date of publication on www.fedbizopps.gov. The Government anticipates hosting an Industry Day during May 2006. Offeror’s interested in attending Industry Day should provide their Company Name, address, phone number and point of contact information to contract specialist, Ms. Allison Hutchens, at the following e-mail address: hutchea@socom.mil. Date, time and location of the Industry Day will be provided to responders to this BAA via separate correspondence. The intent of the Industry Day is to provide the opportunity for the Government to exchange information with industry on USSOCOM’s LTATV needs and requirements and will include both open-forum and closed-door opportunities. Interested parties shall provide a white paper NLT 30 days after the Industry Day. White papers should not exceed fifteen pages of text and should describe the following: 1) Offeror’s proposed LTATV solution and integration objective, to include discussion of vehicle size, weight, payload capability, speed, performance, sustainment support requirements, and general characteristics, 2) Proposed development approach to meet the SOF requirements, 3) Related work by the Offeror, 4) Anticipated contributions to USSOCOM programs, 5) An estimate of overall costs (including indirect) for an RDT&E effort intended not to exceed 6 months. White papers should address any or all of the vehicle aspects noted above. White papers will be selected for further proposal submission based on a subjective determination. Requests for proposals (RFP) will be issued on an individual basis with responses due within 30 days. Not all Offeror’s that provide white papers will be invited to submit a proposal. An invitation does not assure an Offeror of a subsequent contract award. Offerors should anticipate demonstrating the capabilities of their prototypes at a time and location to be determined by the Government. The selection of proposals for award will be based on a subjective determination of the proposal’s 1) Practical application and operational technical merits of the proposed development, 2) Qualifications and experience of the principal investigator(s), and availability of facilities to support and conduct the development and integration, 3) Realism of the proposed costs, and 4) Performance potential of the vehicles. Selection of proposals for award will be based on the potential benefits to the Government weighed against the cost of the proposals, with respect to the availability of funds. Business and contractual aspects, including proposed cost and cost realism, will also be considered as part of the evaluation. White papers and subsequent proposals must identify any rights and restrictions that exist on the offeror’s technical data. All Offeror’s are advised that restrictions on technology transfers outside of the U.S. will be imposed on all media created IAW this BAA. Small businesses are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for small business due to the impracticality of reserving discrete or severable areas of this research for exclusive competition among these entities. The government reserves the right to negotiate the type of award instrument determined appropriate under the circumstances. The Government may award single or multiple contracts in accordance with technical priority and funding availability. Award prices will vary. The Government reserves the right to select for award, all, some, or none of the parts of a proposal from proposal respondents. Proposals may be selected for award without discussions or negotiations. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-MAY-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-06-BAALTATV/listing.html)
- Record
- SN01040527-F 20060505/060503223349 (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 |