SOURCES SOUGHT
23 -- Command and Control Testing Trailer for Expeditionary Fighting Vehicle (EFV)
- Notice Date
- 4/6/2007
- Notice Type
- Sources Sought
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M67854070042
- Response Due
- 4/30/2007
- Archive Date
- 5/30/2007
- Description
- This announcement constitutes a Sources Sought Synopsis for market research. This is NOT a Request for Proposal. The following information is requested to assist the United States Marine Corps Direct Reporting Program Manager, Advanced Amphibious Assault (DRPM AAA) in conducting market research of industry. The Expeditionary Fighting Vehicle (EFV) is the United States Marine Corps? future amphibious assault craft and has several enhancements over the current Amphibious Assault Vehicle. One of these enhancements is an increased capability in the area of Command and Control (C2). In order to better test these capabilities, it is the desire of the DRPM AAA to provide a means of simulating a notional Marine Air Ground Task Force (MAGTF) command element. This simulator will take the form of a commercial trailer capable of meeting specific requirements. All requirements shall be read as having the preface ?The manufacturer shall build a trailer with a (an)?: 1. Chassis & Enclosure: a. Total length of not more than sixteen feet, not including the tongue. b. Total weight of not more than five thousand pounds c. Appropriate width for trailer length, but not less than (NLT) seven feet. d. Design legal for use on standard width roads in all 50 US states. e. Ability to be towed by a standard pickup truck having sufficient towing capacity. f. Inside height of NLT six feet. g. Tandem axles. h. Fold down rear ramp gate with locking mechanism. i. NLT one side access door with opening width NLT thirty-two inches. j. Door that must be lockable and include an additional deadbolt for security. k. Door that must have ability to be unlocked from inside trailer without key or keys. l. One window per door. m. Full insulation to include floor, sides and top. n. Two and five sixteenths inch hitch size. o. Tongue Jack for leveling. p. Exterior ladder for roof access. q. Lockable external storage capacity. r. Skid proof non-conductive interior flooring. s. Skid proof vehicle top. t. Interior work benches with drawer storage. 2. Electrical: a. NLT two 120 volt GFCI convenience outlets on outside of vehicle with weatherproof covers. b. NLT eight 120 volt convenience outlets inside vehicle. c. Diesel generator rated at NLT 12 Kilowatts at 120/240V AC that meets U.S. EPA and California Emissions standards. d. Ability to connect to an external power source capable of providing level of power available by utilizing on board generator (single phase 120/240V AC). e. AC power distribution system. f. Interior Lighting. g. Exterior Floodlighting. h. Interior chassis grounding points. i. Exterior common grounding point for generator and chassis. j. Through-Hull patch panel consisting of (10) N-Type female to N-Type female connections located on forward bulkhead (see concept drawing). k. Through-Hull data patch panel with (4) weatherproof female RJ-45 connections. 3. Other: a. Environmental Control Unit capable of heat and air conditioning. b. Metal shelving on forward bulkhead capable of supporting 200 lbs. (see concept drawing). c. At least one (1) ten pound class ABC rated fire extinguisher. All vendors having the capability of meeting these requirements are requested to submit copies of relevant documentation in response to this Sources Sought Synopsis at no cost to the Government. Contractors should include appropriate literature, brochures, and capabilities summaries directly addressing their ability to meet the aforementioned capabilities. Contractors should submit responses electronically to Krista Francom at FrancomKA@efv.usmc.mil no later than 5:00 PM EST on 30 April 2007. It is emphasized that this information is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. All data received in response to this synopsis that is marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Any information provided to the government in response to this request will become USMC property and will not be returned. No solicitation exists; therefore, do not request a copy of the solicitation. It is a potential offeror?s responsibility to monitor FedBizOpps and Naval Electronic Commerce Online (NECO) for the release of any solicitation or synopsis. Questions should be directed to: Krista Francom at 703-490-7226 or FrancomKA@efv.usmc.mil. The Government will not pay for any information submitted. No telephonic responses will be accepted. Questions should be dir ected to: Krista Francom at 703-490-7226 or FrancomKA@efv.usmc.mil.
- Record
- SN01268408-W 20070408/070406225923 (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 |