Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOURCES SOUGHT

23 -- Request for information regarding industrys ability to provide a lighter more agile, maneuverable, mobile vehicle with MRAP protection level capabilities.

Notice Date
8/21/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV08R4999
 
Response Due
9/15/2008
 
Archive Date
11/14/2008
 
Point of Contact
Earl Rashid, (586) 574-5521<br />
 
Small Business Set-Aside
N/A
 
Description
See Note 25 Market Survey/Request for Information This is an Army/Marine Corps request. All interested parties are advised that the Government will not pay for, or provide any reimbursement whatsoever for the information provided. No contract or other instrument will be provided as a result of this request for information and no reimbursement will be provided for any information provided. Therefore, any costs associated with the provided Market Survey/Request for Information submissions will be solely at the expense of the concern submitting the information. The PEO-GCS office, on behalf of the war fighter, is seeking information on Industrys ability to provide a lighter more agile, maneuverable, mobile vehicle with MRAP protection level capabilities, including EFP (removable kit) and RPG protection. We are looking for an optimal solution that maximizes achieving both the indicated protection levels and the needed agility, maneuverability, and mobility understanding that such solution must balance the effects of size and weight while attempting to achieve the stated requirements. An interested party will provide 1) a white paper not to exceed 10 pages describing their optimized solution, 2) a ROM for their solution, and 3) answers to the questions at the end of this notice by 15 September 2008. Providing the agility, maneuverability and mobility of a HMMWV, including off-road, while continuing to provide MRAP protection against mine blasts and other IEDs is anticipated to be more expensive than current MRAP vehicles. Agility, maneuverability, mobility requirements will need to be met at GVW. The ROM will provide industry an opportunity to provide realism for the approach identified in the white paper, including identification of recommended materials and specialized components and subsystems. The primary thrust of this Market Survey/Request for Information is to achieve a vehicle with MRAP protection levels, with the agility, maneuverability and mobility of a HMMWV that is operationally supportable and effective. It is, therefore, recognized that it may be necessary to trade some requirements to achieve the primary goal. There are several characteristics that are reflective of the desired degree of agility, maneuverability and mobility. The turning diameter from curb to curb of 49 feet or less. It is desired to have speed equal to supported force in all terrain conditions. Average cross country speed no less than 20 mph(cross country will be tested using an RMS roughness of 1.5 to 4.8 inches). Acceleration to sprint ahead of speed of march. On dry level hard terrain accelerate from 0 to 30 mph in 12 seconds or less Maneuver off-road and on narrow roads in rural mountainous terrain and desert sand. Width no greater than 96 Height no greater than 105 measured to required M1114 style turret ring hatch Desired HP to weight ratio of no less than 23 HP per Ton Maneuver on 60% forward slope and 30% side slope. Sufficient braking to tow a like vehicle down a 35% slope. Fording depth greater than 3.5 feet. Ground clearance of 16 or greater under full load. Must have locking differentials Max speed of 65MPH or higher at gross weight. Minimum range of 300 miles, desired 400 miles or greater. Desire cargo capacity to support 72 hours of operation without re-supply. Operate in temperature ranges from -15 to 115 degrees Fahrenheit at elevations from 0 12,000 feet above sea level. At least four personnel on board with Remote Weapon Station (plus 1 turret gunner for turret equipped vehicles) including the driver. Not more than 10 Ton GVW. Must be capable of being driven on and off a C-130 at GVW and transportable by a C-130 at GVW. Must have a driver vision enhancement system for night driving and low visibility operations. Greater (360 degrees) visibility desired. Crew and driver in-vehicle placement is flexible to achieve greater visibility and planes of view. Vehicle must be capable of winching with like vehicles. Crew must be capable of egress in event of rollover. Multiple exits. Other features recommended to be considered based on experience with current MRAPs are: Aviation style(Desire UH-60 type) seatbelts with extra long straps. Additional exterior lighting, Interior tie down points, Overhead wire kit. Should be capable of mounting standard service-wide crew served weapons. Should be able to mount BFT, GPS, VAA and standard Blue Force communications, CREW and antennas. Should have VIC or equivalent system. Should have AFES for crew compartment and fuel system Should have external fire suppression for tires. Should have a payload capacity of 2500lbs and rapidly configure to carry litter for CASEVAC. Should provide for load management with the ability to prioritize load / shed loads, and for onboard/in process operator declaration of priority during mission, on the move. In order to receive the detailed information on the required protection levels and more detailed program information, send your facility clearance information, and the name of your security officer, along with appropriate security information to: Ms. P. Ryczek PEO GCS ~ SFAE-GCS-MRAP Mail Stop #298 US Army TACOM Warren, MI 48397-5000 You will also be provided a DD254 and classification guidance, to assist you in determining which of the information you are being providing should be classified and how it must be handled. This is an Army/Marine Corps request. All interested parties are advised that the Government will not pay for, or provide any reimbursement whatsoever for the information provided. No contract or other instrument will be provided as a result of this request for information and no reimbursement will be provided for any information provided. Therefore, any costs associated with the provided Market Survey/Request for Information submissions will be solely at the expense of the concern submitting the information. We request interested parties provide a brief whitepaper description, not greater than 10 pages in length, and that interested parties provide a separate ROM for what they are describing in the white paper. White papers should be on 8.5 X 11 paper, font size no smaller than Arial 10 or Times New Roman 12. The white paper must be provided with no restrictive labels (other than classified markings, as applicable) in order for it to be considered. The white paper must be substantively supported by the ROM in order to be considered credible. The information provided in the white paper may be used in structuring a future solicitation or in some related fashion. The separate ROM information may be restricted if it contains proprietary data. NOTE: If the interested party is a foreign concern, or if a US interested party has a team member or partner who is a foreign entity, then they will need to adhere to all ITAR requirements. All submittals will be treated (and marked) at a minimum as FOUO. No email or electronic submissions should be submitted. It is requested that the white paper and answers to questions with ROM estimate be provided by 15 September on CD or DVD, double wrapped in accordance with the NISPOM, to: Ms. P. Ryczek PEO GCS ~ SFAE-GCS-MRAP Mail Stop #298 US Army TACOM Warren, MI 48397-5000 NOTE: All information must be provided readable by MS Word 2003, or MS Excel 2003. If your submittal contains classified information, it should be properly labeled handled and transmitted in accordance with the NISPOM. Any questions relative to this Market Survey/Request for Information will be addressed to Ms. P. Ryczek at 586.574.7940. QUESTIONS / VERIFICATIONS: 1) How many months after award of a contract would you be able to deliver three test vehicles of your optimal solution for testing? 2) From the go-ahead for production after testing, how long will it be before you deliver the first production vehicle? 3) From the go-ahead for production after testing, how long to deliver the first 500 vehicles? 4) From the go-ahead for production after testing for a quantity of approximately 2000 vehicles how quickly can you deliver the full 2000 vehicles? 5) Please identify any requirements your vehicle will not meet or that you have traded in favor of other requirements. 6) Please provide any test, modeling or simulation data you may have that supports your performance claims. Abbreviations: AFES Automatic Fire Extinguishing System BFTBlue Force Tracking CASEVACCasualty Evacuation CDCompact Disc CREW Counter Radio-controlled Electronic Warfare DVDDigital Video Disc EFPExplosively Formed Penetrator GPSGlobal Positioning System GVWGross Vehicle Weight HMMWVHigh Mobility Multi-Wheeled Vehicle IEDImprovised Explosive Device MRAP Mine Resistant Ambush Protected NISPOM National Industrial Security Program Operating Manual PEO-GCSProgram Executive Office Ground Combat System ROMRough Order of Magnitude RPGRocket Propelled Grenade VAAVehicular Amplifier Adapter VICVehicular Inter-communication
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1128c5f921058a2b08bffde5721cdc11&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - PEO GCS ~ SFAE-GCS-MRAP 6501 East 11 Mile Road, Bldg 200 Warren MI<br />
Zip Code: 48397-5000<br />
 
Record
SN01647074-W 20080823/080821221714-1128c5f921058a2b08bffde5721cdc11 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.