PRESOLICITATION NOTICE
A -- Enhanced Delivery System-Air(EDS-A)
- Notice Date
- 12/20/2001
- Notice Type
- Presolicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- DAAE30-02-BAA-0700
- Response Due
- 2/15/2002
- Archive Date
- 3/17/2002
- Point of Contact
- Douglas Chesnulovitch, AMSTA-AR-ASL, 973-724-2242
- E-Mail Address
-
Email your questions to Joanne Cicarone
(cicarone@pica.army.mil)
- Description
- General Information: Document Type: Broad Agency Announcement Solicitation Number: DAAE30-02-BAA-0700 Announcement Title: Enhanced Delivery System-Air (EDS-A) Pre-bid Conference: Dec 6, 2001 Posted Date: Dec 21, 2001 Original Response Date: Feb 15, 2002 Current Response Date: Feb 15, 2002 Classification Code: Set Aside: N/A Selection Announcement: Mar 28, 2002 Contracting Office Address A. US Army Tank-automotive and Armaments Command, Armament Research, Development, and Engineering Center (TACOM-ARDEC), Attn: AMSTA-AR-ASL (Chesnulovitch), Bld. 455; Picatinny Arsenal, NJ 07806-5000 Description B. OBJECTIVE: (1) Background: The Container Roll On/ Roll Off Platform (CROP) has become the Army?s standard means for moving ammunition. It is a flat platform twenty feet long by eighty-nine inches wide that has a large A-frame on one end. This A-frame interfaces with a hydraulic lifting mechanism on a Palletized Loading System (PLS) truck or a Heavy Expanded Mobility Tactical Truck-Load Handling System (HEMTT-LHS), and allows these vehicles to pick up the CROP and its load and pull it up on to its chassis for transport. The CROP will also fit into a twenty foot ISO container, locking itself in place for shipment on rail, commercial trailer, or ship. However, the current CROP was not made to interface with aircraft logistics systems, which has recently become necessary. It will not fit in the tracks found on the aircraft and it is relatively heavy, reducing the amount of ammunition that can be sent due to weight allowances. In general, airlifted ammunition takes too long and costs too much to deliver to soldiers because the Army?s platforms (i.e., CROP) and load handling trucks do not work with the Air Force?s airplanes. Work-arounds have been created, including the use of the 463L pallet and the CROP-Aircraft Interface Kit (CAIK), formerly known as the SLIPPER. The 463L pallet was designed specifically for use on aircraft. It is approximately 2 inches thick by 88 inches wide by 108 inches long with aircraft lock interfaces along each side. It will interface with both of the standard rail systems found on transportation aircraft, the 108-inch rail system and the 88-inch rail system. In order to transport a CROP load of ammunition, the soldiers can either offload the contents of a CROP onto 463L pallets, or attach three 463L pallets together and place a loaded CROP on top. The CROP-Aircraft Interface Kit (CAIK) is a newly fielded piece of hardware. It is essentially a pair of adapter plates that attaches to the bottom of a CROP, one at each end, and allows it to interface with the logistics systems on aircraft. They weigh about 200 pounds apiece, and interface with the CROP through ISO locks. One other feature of the CAIK is that they can be used to direct load or offload a CROP from a C-17 using nothing but the PLS truck. (2) This BAA is soliciting for new and innovative ideas for the creation of the Enhanced Delivery System- Air (EDS-A). The EDS-A will be the complete solution to the aforementioned problem. It will resemble the current CROP, maintaining all its existing capabilities, but it will add the ability to interface with transportation aircraft. Once fielded, the EDS-A will allow seamless interfaces between all modes of transportation, including but not limited to the HEMMT-LHS truck, ISO containers, and aircraft. C. PROPOSAL PREPARATION INSTRUCTIONS: The cost of preparing proposal papers in response to this announcement is not considered an allowable direct charge to any other contract. Unnecessarily elaborate brochures or proposals are not desired. Proposals are requested to contain no proprietary information as the government wishes to share the information with commercial industry and other government agencies. Should the offeror wish to include proprietary information, it is requested that they create a second document that includes the proprietary information and appropriate markings. It is encouraged that neither document exceeds twenty-five (25) pages in length. Offerors are strongly urged to submit proposals to the electronic address listed in section E of this announcement. However, if they do not have the capability of transmitting the concept paper electronically, submit two (2) copies of all proposal documents to Doug Chesnulovitch at the address in Section A of this BAA. All proposals shall be formatted as follows: Section A: Title, Submitter, Date, E-Mail Account, Phone#, Fax #, Organization/Office Symbol, Address; period of performance, Rough Order of Magnitude (ROM) cost of effort; Section B: Proposed Solution summarizing innovative concept, including itemized reference to the EDS-A concept requirement sheet (this can be obtained by contacting the noted representatives). This section will include a description of the capabilities of the proposed solution, as well as a detailed operating description through all modes of operation. Section C: a description of the proposed deliverables for an awarded contract, which are requested, but not mandated, to include (1) a cost to weight analysis, including representative curve, (2) an EDS-A concept and/or design, and (3) a physical or electronic representation of the concept. Suggested, but not mandated forms of this item may include an electronic 3-D representation (pro-Engineer preferred), an electronic animation, a physical scale model, or a full scale prototype. A full-scale prototype is preferred, however the choice of which physical/electronic representation to provide will have no bearing on the overall rating of the proposal. Section D: Support Components required for the demonstration to include hardware, software, data, facilities and training; Section E: Expected Results/Product of the demonstration; Section F: A brief listing and description of similar contracts that have been awarded to the offeror in the past. Please provide a point of contact?s current telephone # and address for each contract listed in this section. Multiple proposals addressing different designs may be submitted by each offeror, however each proposal should address only one design. The proposals should also be divided into separately priced tasks that would allow the Government to easily procure individual tasks or combinations thereof. D. BASIS FOR AWARD: (1) The deadline for proposal collection will be close of business on the response date, February 15, 2002. After the response date, the proposals will be rated and ranked by a technical evaluation team. The government representatives will then decide which proposals will receive funding, and those contractors will be contacted. Concept papers will be evaluated on the following technical factors, which are of essentially equal importance: (a) the technical merit of how the proposal addresses each of the threshold and objective requirements for the EDS-A hardware as listed on the concept requirement sheet; (b) the soundness of the operational description. This description should detail the truck-platform interface as well as the truck-platform-aircraft interface through all operating scenarios. Contractor's cost proposal will be evaluated for realism and reasonableness, however the technical factors listed above are of significantly more importance than the proposed cost. The technical and cost information will be evaluated at the same time during the evaluation process. (2)Anticipated Period of Performance: 60-120 days from award through complete evaluation and demonstration of the operational concept. Multiple awards are expected. Type of contract(s) expected: Firm-Fixed Price (Unless another contract type is determined by the contracting officer to be more appropriate). E. POINTS OF CONTACT: Questions on any aspects of the proposal, as well as proposal submissions, should be addressed to Mr. Doug Chesnulovitch, Commercial (973)724-2242, e-mail dchesnul@pica.army.mil. Mailing address can be found in Section A of this document. Alternative POC: Nelson Gravenstede, Commercial phone (973) 724-2115, e-mail ngravens@pica.army.mil
- Web Link
-
- US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/RFP/02BAA0700/02BAA0700.htm)
- Record
- SN20011222/00009149-011221090524 (fbodaily.com)
- US ARMY TACOM-ARDEC Procurement Network
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |