Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2002 FBO #0167
SOURCES SOUGHT

Y -- Manufacturing and Vehicle Acceptance Facility for the production of the Advanced Amphibious Assault Vehicle (AAAV)

Notice Date
5/16/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnette Avenue, Quantico, VA, 22314-5010
 
ZIP Code
22314-5010
 
Solicitation Number
Reference-Number-02-022-DLR
 
Response Due
6/17/2002
 
Archive Date
7/2/2002
 
Point of Contact
Denise Randolph, Contract Specialist, Phone (703) 492-3158, Fax (703) 492-5157,
 
E-Mail Address
randolphd@aaav.usmc.mil
 
Description
Point of Contact: Bradley L. Waldrep, Director Manufacturing/Quality Assurance, General Dynamics Amphibious Systems (703) 490-0131, waldrepb@gdls.com. General Dynamics Amphibious Systems (GDAMS) under contract to the Direct Reporting Program Manager ? Advanced Amphibious Assault intends to issue a solicitation for the selection of a Manufacturing and Vehicle Acceptance Facility for the production of the Advanced Amphibious Assault Vehicle (AAAV). The AAAV is a 30-ton track / marine vehicle being developed for the US Marine Corps. This Manufacturing/Acceptance Facility will be used for the assembly and integration of the AAAV and acceptance testing for the land and water requirements. The Assembly and Integration operation will require a 450,000 ft2 heavy industrial manufacturing building located on approximately 150 acres of land. Approximately 75 acres will be used for Land Mobility vehicle testing while the balance of the property will be used as the building site. The land must be adjacent a large body of water which will be required for Water Mobility vehicle testing. The site will require rail spurs for final vehicle shipment. The Land Mobility testing will require a minimum 1.1 mile paved banked oval test track. Additional slope and water fording operations will be required to be performed within the Land Mobility test area. The Water Mobility testing will require access to a large body of water with a minimum depth of 30 ft and a maximum depth of 100 ft. The water testing will consist of both low and high speed testing. Low speed testing will require a minimum 36,000 ft2 protected bay area with a minimum depth of 20 ft and a maximum of 50 ft. This area will require approximately a 300 ft dock or pier for three (3) chase boats, one (1) dive boat and three (3) AAAV vehicles. A ramp and environmentally safe vehicle wash off facility will also be required at the point of ingress / egress to the marine test area.. The high-speed water testing area must be within 1/2 mile by water from the low speed test area. The high speed test area will require that the AAAV operate at speeds up to 40 knots at high noise levels (90-100 db at 50?) over an area of up to one (1) square mile. The Marine test area should be free of pleasure and commercial watercraft traffic and have minimal environmental, noise, and wake restrictions. The AAAV vehicles will be tested, Land and Water, year round. A climate suitable to meet the test requirements is required. It is desirable that the water testing be conducted in fresh water, but that is not an absolute requirement. The facility must be ready for Low Rate Initial Production (LRIP), two (2) vehicles per month, by the 3rd quarter 2005. Production is expected to continue through 2018, with Full Rate Production (FRP), 10 per month, commencing in 3rd quarter 2008.The average anticipated employment would be 340 over the life of the Program. The anticipated lease term for the building and site will be for five (5) years with options at five (5) year increments. A tenant improvement allowance will be required. The building structure, envelop, mechanical systems, electrical systems, parking pavement and roof shall be in ?A1? condition and not be in a state of disrepair. The building and site shall meet all federal, state and local code requirements including OSHA, BOCA, ADA, NFPA, etc. The building and site shall have minimal to no environmental issues. The building site shall not contain any hazardous substances including but not limited to, asbestos, PCB?s, petroleum products and by products, natural gas, natural gas liquids or synthetic gas, etc. The site will be free from any buried tanks, ground water contamination, etc. Cost will be a major consideration of the solicitation decision, followed by water access, land for automotive testing and environmental impacts. Interested parties are to submit a 6-8 page summary package discussing their interest and supporting qualifications. Responses to this request must be in writing and received by June 17, 2002. Additional information is available http://www.gdls.com
 
Record
SN00078470-W 20020518/020516213321 (fbodaily.com)
 
Source
FedBizOpps.gov 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.