Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOURCES SOUGHT

A -- Sources-Sought Announcement: Light Reconnaissance Vehicle (LRV) Platform Performance Demonstration (PPD)

Notice Date
1/30/2015
 
Notice Type
Sources Sought
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-LRV-01-30-15
 
Response Due
3/3/2015
 
Archive Date
4/2/2015
 
Point of Contact
Stephanie Dickinson, 586-282-8677
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(stephanie.r.dickinson4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND AND PURPOSE OF SOURCES-SOUGHT ANNOUNCEMENT. In July 2014 the U.S. Army posted an earlier Request for Information on FebBizOpps (W56HZV-LRV-09-15-2014) regarding sources that might be capable of providing a hardware solution for a Light Reconnaissance Vehicle (LRV) capability. The purpose of this announcement is to request some additional information from interested sources, to include confirmation of intended participation in a planned LRV Platform Performance Demonstration (PPD) later in 2015. NOTE: It is anticipated that sources who submitted LRV white papers and quad charts in response to the earlier RFI will also be responding to this announcement; however responses to this announcement are not restricted only to sources that responded to the earlier RFI. The earlier RFI is still available for review on-line at www.fbo.gov. Each vendor wishing to participate in the LRV PPD is hereby requested to submit a Safety Assessment Report (SAR) to the Government official listed below in accordance with MIL-STD 882E, dated 11 May 2012. Please provide your SAR prior to 1700 hours (EST), 17 April 2015. The LRV PPD will be conducted at Fort Benning, GA between 3 and 14 August 2015; vehicles must be available at Fort Benning at 1200 hours Monday, 3 August 2015 at which time participating vendors will receive an administrative and operational brief from a representative of MCoE. Prior to the LRV PPD itself, vendors planning to participate in the LRV PPD must deliver their vehicles to Ft Benning, GA on 8 June 2015 for a safety inspection to support a safety release for Soldiers/Government personnel to utilize the vehicles in the demonstration. After this safety inspection, each vendor will take its vehicle back to its facility for modifications and/or storage as appropriate. All vendor activities and materials for the safety inspection, safety release, and demonstration will be provided at no cost to the government. At the LRV PPD in August 2015, United States Army RDECOM will provide subject matter experts (SMEs) who will conduct technical assessments of the platforms with regard to the following items (as a minimum, this list is NOT all inclusive): a.Occupant safety and suitability for operational employment (ergonomics) b.Vehicle stability on rough terrain c.Vehicle automotive performance (acceleration, deceleration/braking, speed on grade, operational range) d.Weapons system configuration and capabilities. e.Sensor (LRAS3) configuration. Additionally, PM Ground Sensors will provide a demonstration of their dual-purpose (crew-served weapon and LRAS3) turret configuration on an Up Armored HMMWV for the vendors. Below are the general requirements to be demonstrated during the LRV PPD. At the start of each iteration/event/requirement each vendor's vehicle will be fully fueled by the Government. Vendors will be responsible to ensure that their demonstration vehicles are furnished with all appropriate equipment present and installed (i.e. tool bags, spare tires, etc) to ensure iteration/event completion. a.Vehicle must carry 6 soldiers, with a total payload 2100 lbs b.Vehicle must not exceed 11,669 lbs GVW for CH-47 slingload/interior load operations c.Vehicle must (i) be able to drive into and out of a CH-47 with all passengers and on-board equipment present; as well as (ii) be configurable for operations within 10 minutes of embarkation from the CH-47. d.Vehicle must be capable of being rigged and/or de-rigged by the vehicle operator(s) (no more than two individuals) for slingload within two minutes using on-board tools and the appropriate sling e.Vehicle must drive into and out of a C-130 or C-17 aircraft, and be configurable for operations within 10 minutes of embarkation f.Vehicle range; 300 miles with the maximum payload, under any or all mission terrain profiles as described in the mobility requirement (item g below) g.Vehicle must be able to operate across any mix of the following terrain profiles: cross-country, primary road, secondary road and urban rubble during both day and night (with both white light vehicle-illumination and individual Night Vision). Vehicle participating in the PPD must negotiate a cross-country driving course routinely negotiated by Up-Armored HMMWVs and similar vehicles. The course will include loose soil, rocks, steps, ruts, gap crossing and tight-radius turns h.The vehicle must be maintainable with on-board tools under field conditions, to include day and night (both with illumination and night vision) i.Vehicle must mount, or be capable of mounting a weapon system capable of (as a minimum) engaging targets accurately at a range of at least 1000 meters (an example would be the M230LF, a 30mm system that draws 400 amps, and is in the Army inventory). The vehicle will be required to carry enough ammunition to permit roughly 20-25 engagements (equivalent to approximately 200 30mm rounds for the M230 system). There will not be any ranges available during the PPD so vendors will discuss their rationale behind their weapon of choice with ARDEC technical representatives. Furthermore, vendors who do not have a system mounted must allocate size, weight and power for a potential weapon system and ammunition, and must be prepared to discuss their rationale with the ARDEC technical representative(s) j.Vehicle must mount, or be capable of mounting the Long Range Advanced Scout Sensor System (LRAS3), and providing remote display (not remote operation) into the vehicle. For purposes of the demonstration, vendors should plan on a weight on turret of approximately 160 pounds, and a total vehicle weight of 485 pounds; the LRAS3 requires approximately 225 watts of power steady state. Vendors whose vehicle does not have a LRAS3 system mounted must allocate size, weight and power for an LRAS3, and must be prepared to discuss their rationale with the CERDEC technical representative(s) k.Vehicle must mount and provide power and space to support the following communication and sensor equipment; Joint Battle Command Platform (JBCP), ON-721/V, AN/VRC-90F, AN/VRC-92F, AN/MRC-149, AN/PRC-119F, and AN/UYK-128(V) Below are additional requirements to be either explained through modeling, simulation or presentation during the event, as it would be unrealistic to ask for these capabilities without the proper resources. a.Vehicle must be capable of being delivered in airborne operations from a C-130 aircraft and conduct Dual Row Airdrop System (DRAS) from a C-17 (requirements for a vehicle to DRAS; System Weights up to 14.5K pounds (includes airdrop equipment). The Airborne Platform itself is 18 feet Long, 7.33 feet (88 inches) Wide, Ground Impacts up to 28.5 fps) b.Vehicle must survive a rollover at 100% of its GVW Response date to indicate that you will be participating in the Platform Performance Demonstration (PPD) is 3 March 2015. Response must include confirmation that your company will participate, an acknowledgement of understanding of the administrative requirements and their suspenses (i.e., the SAR, the NLT time for vehicles to be at Fort Benning), a minimum and maximum number of planned company participants, as well as the name and contact information (both e-mail and telephone) for the individual who will be your company's lead on the ground during the LRV PPD. Confirmation must be provided electronically to the Point of Contact below by 5PM Eastern time on 3 March 2015. The Point of Contact for this announcement is: MAJ Orande Roy TARDEC Emerging Capabilities Office (ECO) orande.s.roy.mil@mail.mil Office Phone: (586) 382-8418 BB cell: (586) 382-8418
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/295c06c970d7e7ec1912f3e9ba9108eb)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN03629342-W 20150201/150130234655-295c06c970d7e7ec1912f3e9ba9108eb (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.