Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
MODIFICATION

38 -- Armor Kits/Protection for Construction Equipment

Notice Date
7/29/2005
 
Notice Type
Modification
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV05R0951
 
Response Due
8/15/2005
 
Archive Date
10/14/2005
 
Small Business Set-Aside
N/A
 
Description
EXECUTIVE SUMMARY A critical need exists to acquire Construction Equipment (CE) Crew Protection Kits for the following systems (minimum and maximum quantities will be provided at time of Request for Proposal release): Grader 130G 2.5 Cubic Yard Loader MW24C Scraper 621B Tractor Full Tracked D7G/D7GwRPS HYEX JDC230CLR 22 Ton Crane AT422T VIB Roller CS563D 5 Cubic Yard Loader H100 HS Compactor 815F LRT 110 7.5 Ton Crane 530S Pneumatic Roller The systems listed above are used worldwide by U.S. soldiers, with a large number currently being operated in both Iraq and Afghanistan. They are extremely vulnerable as potential targets from small arms fire (7.62mm AP rounds) and improvised explosive de vices (IEDs). Acquisition Strategy The Government intends to issue a Request for Proposal (RFP) for up to two (2) each, five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the design, prototype build, test, production, delivery of a Level III Technical Data Package (T DP), and installation of the CE Crew Protection Kits in Iraq and Afghanistan by the selected contractor. This function can be completed by U.S. citizens or third country national, but offerors are responsible for finding people who can complete the install in a timely and satisfactory manner, and who can get onto the installation. The design, prototypes build and test efforts are on an accelerated schedule to meet the critical need for construction equipment operator protection. Any orders issued under a p otential contract will be system specific. Please note that we anticipate that most of the orders will be placed during the initial two years of the 5 year IDIQ contract. Crew Protection Kits may either be a replacement cab or an add-on kit with an A-Kit/B-Kit design. The A-Kit shall contain the permanent mounting provisions along with any vehicle modifications required to accept the armor package (e.g. suspension changes d ue to the increased weight of the armor kit). The B-Kit shall consist of armor components that will be mounted on the vehicle to provide operator survivability. The selected contractor may be required to have access to classified data and shall be requir ed to comply with the requirements of DOD 5220-22-M National Industrial Security Program. The Government will use source selection procedures to select the offeror whose proposal represents the Best Value to the Government. An offerors submission must be a complete stand-alone proposal addressing all of the RFPs requirements. The Government reserves the right to award this contract without conducting discussions. An offerors proposal must be comprehensive, fully responsive to the information requested in the RFP and reflect the offerors best prices. This is an accelerated acquisition. Offerors are required to propose materials that have already been tested and approved by the Army Research Laboratory (ARL) to provide at least Class 3 Protection as defined in the attached Analysis of Threat Projectile s for Protection of Light Tactical Vehicles. Offerors who are proposing the use of materials not previously tested and determined by the Government to provide this level of protection will not be evaluated. Offerors can contact Louise Spangler at (410) 2 78-1448 or louise.spangler@dtc.army.mil for information on qualifying materials. Contract award is needed as soon as possible to facilitate the installation of CE Crew Protection Kits on the aforementioned systems in Iraq and Afghanistan. If you are interested in receiving the RFP when it is issued please notify the contract specialist, Ms.Toni Spalding via email at toni.spalding@us.army.mil.
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN00858086-W 20050731/050729212350 (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.