SOURCES SOUGHT
23 -- USMC LIGHTWEIGHT PRIME MOVER (LWPM)
- Notice Date
- 6/27/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
- ZIP Code
- 22134-5010
- Solicitation Number
- Reference-Number-LWPM-001
- Response Due
- 7/15/2003
- Archive Date
- 7/30/2003
- Point of Contact
- Terence McGinn, Contract Specialist, Phone (703) 784-2242 x 5005, Fax (703) 784-4287,
- E-Mail Address
-
mcginntj@mcsc.usmc.mil
- Description
- MARCORSYSCOM is seeking information regarding the capabilities of commercially available and/or Non-Developmental off-road and highway capable vehicle platforms to transport heavy payloads, tow the LTWT155, and are externally transportable by medium lift helicopters. The Lightweight Prime Mover (LWPM) is being considered as an alternate prime mover for of the Advanced Towed Cannon System (ATCAS) Program; also known as the Lightweight 155 Howitzer (LTWT155). The LWPM will serve as the air transportable prime mover for the LTWT155, and will address current fleet deficiencies in transportability by medium lift helicopters. The LWPM will be utilized to tow the LTWT155 and also as a personnel/equipment/ammunition transport vehicle. MARCORSYSCOM is highly interested in a LWPM solution that is externally transportable by the MV22 and will give priority to those vehicles that will meet the MV22 external lift and mobility criteria. Definitions: Vehicle Curb Weight (VCW) refers to vehicle with a full fuel tank, all Basic Issue Items (BII), no crew, no payload, and no towed load; Gross Vehicle Weight (GVW) refers to vehicle at maximum payload with full fuel tank, all BII and crew (crew includes driver); When LWPM is towing the LTWT155, it will be at GVW. The LWPM shall have the following baseline characteristics/capabilities: Towing capacity 10,000 lbs; Range of 300 miles with onboard fuel at GVW while not towing the LTWT155; Vehicle payload while towing the LTWT155 is 2,350 lbs (Threshold) to 3,100 lbs (Objective), this includes crew of 7-10 Marines; vehicle payload not towing LTWT155 is 3,620lbs (Threshold) to 6,200lbs (Objective) this includes 2 Marines and 24 to 48 complete 155mm rounds; Mobility profile is 12 percent primary roads, 68 percent secondary roads, and 20 percent cross-country; fording depth while towing LTWT155 is 30 inches without adapter kit, and 60 inches with an adapter kit; vertical step while towing the LTWT155 less than or equal to 24 inches; longitudinal slope 60 percent at GVW and 45 percent slope while towing the LTWT155; side slope 40 percent at GVW and 30 percent while towing the LTWT155; speed 55 MPH on 0 percent grade while towing LTWT155; speed 55 MPH on 2 percent grade at GVW and speed 45 MPH on 3 percent grade at GVW without towing the LTWT155; Operational environment minus 25F to 125F without special kits; Transportable on Amphibious Ships, Landing Craft, Fixed Wing Aircraft C130, Medium Helicopter Lift; CH53E external lift for 50 nautical miles (Threshold) and 110 nautical miles (Objective) with an airspeed of less than or equal to 150 knots, VCW restriction for external lift of the CH53E is less than 15,000 lbs; MV22 external lift for 110 nautical miles with an airspeed of less than or equal to 150 knots, VCW restriction for external lift for the MV22 is less than 10,000 lbs; Ballistic protection and weapons mount is not required, however may be considered as follow-on efforts. Firms, which have products with the above characteristics/capabilities, are invited to submit the following information within their Capability Statement: 1) Product summary, 2) Complete technical characteristics, 3) Pictures/drawings of vehicle, 4) Contract Logistics Support (CLS) 5) Unit price and 6) Corporate history. Responses will be reviewed to identify firms potentially capable of fulfilling the Governments requirements. Vendors are requested to submit their Capability Statement to the address below no later than 15 July 2003. This sources sought / Request For Information (RFI) is for planning purposes only and shall not be construed as a Request For Proposal or as an obligation on the part of the Government to acquire follow-on acquisition. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for the information requested. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and Government use of such information. The Government recognizes that proprietary data may be part of this effort. If so included, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Responses to this RFI shall be mailed to Commanding General, MARCORSYSCOM, Attn: Attn: Terence J. McGinn (Code GTES/MT), 2200 Lester Street, Quantico, VA 22134. For further information regarding this RFI or submission of materials, contact the Contracting Officer at Mr. McGinn's new phone number: (703) 432-3596 or e-mail: mcginntj@mcsc.usmc.mil.
- Record
- SN00359229-W 20030629/030627213852 (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 |