MODIFICATION
23 -- Counter-Improvised Explosive Device (C-IED) Interrogation vehicle with Interrogation Arm (IA)
- Notice Date
- 1/24/2017
- Notice Type
- Modification/Amendment
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV16R0039
- Point of Contact
- Andrew R. Hooven, Phone: 5862825196
- E-Mail Address
-
Andrew.R.Hooven.civ@mail.mil
(Andrew.R.Hooven.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Army Contracting Command - Warren (ACC-WRN) intends to solicit a sole source, firm-fixed price, long-term contract under the authority of FAR 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements) for the Husky 2nd Generation (2G) Vehicle Mounted Mine Detection (VMMD), new production sub-systems, spare parts, storage, and tools and diagnostic equipment. The proposed contract action is for the following items and quantities: Husky 2G 60 ea, 360 Degree Cam 60 ea, Q-Net RPG Net 60 ea, Initial Service Pack (ISP) 60 ea, Bluepack 15 ea, Redpack 30 ea, 360 Degree Cam Spares 12 ea, Q-Net Spares 12 ea, Vehile Tools & Diagnostic Equip 12 ea, Self Defense Remotely Operated Weapon Station (SDROW) 15 ea, SDROW Spare Parts 3 pg, Ground Penetrating Radar (GPR) 18 ea, Spare Parts GPR 6 pg, 2 year of Containerized Storage 24 months. The Government does not currently have a competitive Technical Data Package (TDP), which is required to manufacture the Husky 2G. The primary mission of the Husky is to provide protected payload in route clearance operations in urban or combined areas that include mounted patrols, reconnaissance, security, convoy protection, communications, command and control, explosive ordinance disposal (EOD) operations, and combat service support for FMS customers. The NAICS code for this acquisition is 336999. The inspection/acceptance and FOB points are all "Destination". Although it is the Government's intent to solicit and negotiate with only one source. Critical Solutions International (Cage Code 1N5S7), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. OURCES SOUGHT REQUEST FOR INFORMATION The U.S. Army is issuing this Sources Sought Request for Information (RFI) Notice as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for an armored Counter-Improvised Explosive Device (C-IED) Interrogation vehicle with Interrogation Arm (IA). The required specifications are as follows: 1. Twenty (20) Interrogation vehicles with the minimum specification: a. 4x4 drivetrain b. High and low range permanent 4x4 transfer transmission with inter-axle lock c. Four wheel steering system d. Bolt on armor panels for added operator protection e. Armored cab f. V-Shaped hull g. Electronically controlled turbo-charged diesel engine h. Electronically controlled automatic transmission i. Modular design j. Frangible characteristics beyond basic components to major assemblies k. Vehicle design should support rapid field repair l. Equipped with interrogation arm capable of extending to at least 30 ft m. Marking system for potential threats n. Integrated pulse induction (PI) metal detectors o. Compatible with Ground Penetrating Radar (GPR) integration p. Automatic fire extinguishing system q. Seating for 2 operators r. Wheels and tires designed for reduced ground loading s. Central tire inflating system t. Steering axles with differential lock u. Air conditioning and heater In addition to the above specifications, the vehicle platform should: 1. Ground Penetrating Radar (GPR) should have been previously integrated 2. Brochures and/or drawing diagrams should be included to show frangible characteristics of major assemblies. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336999. If your company has the potential capacity and capability to meet these contract requirements, please provide the following information: Part I - General 1. Contractor Name 2. Contractor CAGE Code 3. Business Size - Large or Small 4. Recommended Brand and Model/Nameplate Solution 5. Final assembly location 6. Country(ies) in which the components are built 7. Existing USG contracts in which vehicle was provided/serviced (List the contract number and agency and provide POC contact information) 8. Expected delivery lead-time (days after receipt of award) 9. Based on the specification stated above, is the IA a commercial or non-commercial item? Please provide documentation to support either commercial or non-commercial classification. Part II - Platform Specific 1. What are the Interrogation arm specifications? 2. What are the vehicle wheelbase specifications in inches? 3. How is the platform designed modularly? 4. How does the modular design support frangibility beyond basic components? 5. When was GPR integrated previously? 6. When was the platform fielded by US or coalition forces in its current or previous configuration? Please provide brochures, specification sheets, photos, and/or dimensioned drawings if available. The Government does not wish to obtain and proprietary or otherwise protected documents as a result of this market survey. Your input is voluntary and no compensation will be made for your participation in this survey. No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking participants to be placed on a solicitation mailing list. Responses to this Sources Sought RFI is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Data submitted in response to this market survey will not be returned and will be used for program planning purposes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4c3e2add4152f157138786a24e506483)
- Record
- SN04379508-W 20170126/170124234717-4c3e2add4152f157138786a24e506483 (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 |