SOURCES SOUGHT
23 -- ATTENTION! BEFORE YOU BEGIN RESPONDING, PLEASE EMAIL ME FOR A CLEAN, WORKING WORD DOCUMENT OF THIS MARKET SURVEY at rybicksc@tacom.army.mil. Market Survey for: Afghanistan National Army - Tactical Ambulances
- Notice Date
- 8/24/2005
- Notice Type
- Sources Sought
- NAICS
- 336211
— Motor Vehicle Body 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
- W56HZV-05-R1119
- Response Due
- 9/7/2005
- Archive Date
- 11/6/2005
- Small Business Set-Aside
- N/A
- Description
- Afghanistan Light Tactical Vehicle - Ambulance General Information Document Type: Sources Sought Notice Solicitation Number: W56HZV-05-R-1119 Posted Date: 24 Aug 05 Response Date: 7 Sept 05 Set-Aside: N/A Contracting Office Address: TACOM-Warren, ATTN: AMSTA-AQ-ADB, E Eleven Mile Road, Warren, MI 48397-5000 Description This is NOT a pre-solicitation notice pursuant to FAR Part 5. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The U.S. Army Tank-automotive & Armaments Command (TACOM) is conducting a market survey to determine the availability of light tactical ambulances which will supply the Afghan National Army (ANA). Durability for rough, mountainous terrain and climate of t he country of Afghanistan are crucial factors that will be considered as part of the selection process. An urgent delivery schedule of starting shipment of 37 Ambulances by December 2005 to country is a firm requirement, with a potential for an estimate o f 500 additional ambulances. A firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) type-contract is intended to be issued. Shipping terms will be Free-on-Board: Origin. The Government is estimating the target award unit price to be approxima tely $30,000. Operators manuals will need to be provided in English as well as translated into the language of Dari (Afghan Persian). The purpose of the survey is to assist in determining what commercial vehicles are available immediately which meet our needs, and possibly what Non-Developmental Items (NDIs) are currently available or could be available in the October 2005 timeframe. Fo r planning purposes, a contract is targeted for award in November 2005. [As defined by the Federal Acquisition Regulation (FAR), a commercial item is (1) Any item, other than real property, that is of a type customarily used by the general public or by non-governmental entities for purposes other than governmental purposes, an d--(1) Has been sold, leased, or licensed to the general public; or, (2) Has been offered for sale, lease, or license to the general public; (2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation; (3) Any item that would satisfy a criterion expre ssed in paragraphs (1) or (2) of this definition, but for (i) Modifications of a type customarily available in the commercial marketplace; or (ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Go vernment requirements. Minor modifications mean modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determ ining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is mi nor. FAR defines a non-developmental item as follows: a. any previously developed item used exclusively for governmental purposes by a Federal agency, a State or local government, or a foreign government with which the U.S. has a mutual defense cooperation agreement. b. Any item described in paragraph a., above, that requires only minor modification to meet the requirements of the procuring agency. c. Any item currently being produced that does not meet the requirement of paragraphs a or b, above, so lely because the item is not yet in use.] Your responses will assist in finalizing plans for this effort and a llow better definition of requirements, thereby providing a more clearly written solicitation to industry. The government will not reimburse contractors for any costs incurred as a result of their participation in this survey. ** Submit survey documentation by email no later than August 26, 5:00PM Eastern Standard Time, to: rybicksc@tacom.army.mil Attaching supporting electronic literature by email is preferred. If you do not have this capability, you can send hard copy supporting literature to: US Army TACOM 6501 E. Eleven Mile Rd. Warren, MI 48397 Mail Stop 326 Attn: Scott Rybicki All survey documentation must be in English. Proprietary data, if submitted, should be marked as such. If any portion of the survey response is classified, contact the POC provided below for instructions. Documentation provided will not be returned. Q uestions about this survey should be directed to the POC listed below who may post them to the TACOM web site at http://contracting.tacom.army.mil/ssn/sources.htm with the answers. Main Point of Contact Scott Rybicki - (586) 574-6290 Email your response and/or questions to TACOM Warren at: rybicksc@tacom.army.mil. Place of Performance Address: Commander, United States Army Tank-automotive and Armaments Command Postal Code: 48397-5000 Country: US Market Survey Questionnaire for Afghanistan Light Tactical Vehicle Program Section A Business 1. Company Name: Address: Website: 2. Point of Contact Name: Title: Phone: Fax: Email: 3. Ownership, Size, Type a. U.S. Ownership (yes, no): b. Size (e.g., large, small): c. Type (e.g., disadvantaged, woman owned, veteran owned, etc.): 4. How long has your company been in business? Please list your business locations and what products or services are produced at each location 5. Please indicate your small business size status, Standard Industrial Classification (SIC) Code and Commercial and Government Entity (CAGE) Code. Section B Technical Product Description 1. Based on the attached draft requirements below, can you provide vehicles off the shelf and meet each requirement 2. If you do not have these vehicles off the shelf or currently in production, please specify if you can alter your vehicle with slight modifications in accordance with the FAR definition aforementioned to meet the December 2005 timeframe. Please attach product literature. As well, if you believe a non-developmental item will satisfy this requirement, please list your products here. Attach your product literature 3. List any requirements that you cannot meet via the attached requirements sheet at the end of this document. Product Performance 1. Does your company have any vehicles currently operating or being used in countries with rough, mountainous terrain and unimproved roads such as in Afghanistan? If not, can you provide a vehicle that can withstand these types of conditions by the Decemb er 2005 timeframe? 2. How do you address meeting the requirement for the extreme temperatures (-50 Celsius to + 50 Celsius)? 2. Does the vehicle have the capability and power to tow one of its own vehicles? Section C Production 1. What is your forecasted production schedule? The requirement is to first have 37 Ambulance vehicles ready for shipment to Afghanistan starting in December 2005. Can you meet this requirement? 2. What are the minimum and maximum number vehicles you can manufacture per month from this requirement? Is your company producing at full capacity now? If not, what is your current rate as a percent of capacity? How far into the future will your compan y produce at your current rate? Section D Logistics/Supportability 1. Do you have dealer support within the region of Afghanistan, preferably within the country? Please explain. 2. The customer desires a two-year commercial warranty. What kind of warranty can be provided? 3. Operator and maintenance technical manuals will be needed in the English language, plus the operators manual will need to be translated into Dari (Afghan Persian). Is it possible for your operators manuals to be translated by December 2005? 4. Are there any special tools that can be foreseen to be part of any of the vehicles (outside of a general mechanics set to be included with each vehicle)? Training Training, most likely at military bases in Afghanistan, will be required at some level of operation and maintenance (possibly a one time train the trainer session for each vehicle). Translators will be provided as needed. Do you have this resource/capa bility to train in-country? Section E Ambulance Ambulance 1. If the specified Ambulance requirements were only objectives and you could deliver a product which addressed the majority of requirements, would you be able to make ready for inspection the specified quantity (37 vehicles) starting in December 2005? If not the full amount, how many? 2. For the Ambulance, would any requirements not be met by the available configuration (specifically address Durability and Reliability in detail)? If so, please list. 3. What would the approximate Unit Price be for the Ambulance? 4. What, if any, engineering changes would be required to your configuration in order to meet all the Ambulance requirements (specifically address Durability and Reliability in detail)? 5. If you have to extensively reconfigure the Ambulance, when could it initially be delivered? 6. If you have to extensively reconfigure the Ambulance, what would the approximate Unit Price be? Section F Miscellaneous What recommendations would your company make to our requirements that would make this acquisition more cost effective and guarantee attaining the urgent first delivery that is required? (Again, please submit any literature that would be pertinent to this acquisition.) ATTACHMENT 1 Required Capability for Afghan National Army Ambulance NOTE: DETAILED SPECIFICATIONS WILL BE ISSUED IN THE SOLICITATION 1. Overall Requirements General requirements that pertain to entire fleet of vehicles: All Terrain, off-road capability (Mandatory: austere road conditions, dry riverbeds, deserts, high mountains) Capable of operation in extreme heat and cold (Mandatory: climatic temperature range in Afghanistan is +50 degrees Celsius to -50 degrees Celsius) Heavy-duty heating/air conditioning Diesel engine (Mandatory, only fuel available), aspirated engine desirable 24V-plug (Mandatory: communications equipment) Heavy duty suspension 4 Wheel Drive with differential locks, gear reduction desirable Manual Gear shift, manual window lift, flat window panes Ground Clearance 30 cm All Terrain Tires Trailer towing package Range More than 500km on roads, More than 300km in off-road terrain High reliability Robust simple design, easily maintainable Weapons brackets for personal weapons Mounting for fuel Jerry Can (Five Gallon Can) Requirements (continued) Component Description Engine/Drive train Engine-Turbo Diesel desired. Minimum engine output of 120 horsepower at 2,500 r.p.m (no less than a 6-cylinder engine). Must be able to traverse a maximum grade of 60% Automatic transmission desired Chassis Minimum 2.5 ton. Minimum ground clearance of 300mm. Must be 4x4 drive Steering/Brakes Must have power steering and must have dual air over hydraulic brakes Fuel Tank Fuel tank capacity 200 liters Electrical System Must have a combination 12/24 Volt system electrical system Patient compartment Must have minimum four-litter (stretcher) patient capacity in order to allow a minimum of one medical attendant to provide enroute medical treatment to all parts of all four patients. Patient compartment must be reconfigurable for the following configurations: -4 Litter , about 7 feet long and long backboards about 65 long and about 25 to 30 wide (stretcher), or 2 litter and 4 ambulatory, or 8 ambulatory patients. Patient compartment Must be fitted with the following: Oxygen cylinder bracket, Plasma bottle holding C clamp, Clamps for Oxygen cylinder, stretcher bed, Berth Chain, Stretcher, Doctor seat/Attendant seat, shovel bracket, racks/bins/brackets to hold the above items like O2 cylinders on each side of the patient compartment, as well as space under the bottom patient berths to hold up to 6 litters for storage, space under the patient berths or at the head of the patient berths to hold the aid bag, monitorin g equipment, 2 traction splints. There must be space to hold up to 2 long and 2 short backboards, and the ambulance equipment set. Equipment Tool box for vehicle tools located outside or underneath the patient compartment, Jerry can carrier, Rear door lock, Rear door handle, Rear door locking (outside), patient compartment steps or ladders that folds away for travel, Pick axe bracket , One cable eyelet at one end & crocodile clips on the other end for battery charging from generator, Fans, Exhaust Fans, Tube lights Must have a small vehicle chemical/electrical type fire extinguisher with bracket and located in the cab to save room in the patient compartment AC switch board, DC Switch board, Reading light, Rack for medical equipment, Blower 2KW, DC bell 12VDC, Blackout Switch , Pad lock. Paint/Exterior Must be desert tan or olive green with the following markings on hood, both sides, and rear of vehicle: Red Crescent on white backing and Red Cross on white backing Intercom/Passage way Intercom or passage way between patient compartment and driver compartment (It is intended to allow the medic and driver to communicate, driver to assist if needed or change places if needed, and for the medic an alternate way of exist ing the patient compartment if needed. It does not have to be tall enough to stand or the full width of a person but enough to pass through.) Radio Provision Provide design and install mounting hardware for the DATRON Mounted HF (RT-7000) and mounted HF (PRC-1077) as approved by OSC-A. Provide and install all necessary cabling, cable passage ways, transformers, amplifiers, and associated hardware to complete installation Install all necessary antennae and cabling for antennae Emergency Warning Lights/Siren Emergency lights shall be installed on the top of the cab section of the truck only. An external siren shall be required capable of providing the appropriate warning signal. Miscellaneous Vehicles shall be equipped with the appropriate jack mechanism to ensure adequate ability to raise the vehicle for emergency repairs. Climatic design Type Cold and Hot to meet climate operational conditions in the cab and patient compartment. Vehicle tie down points rated to hold the vehicle for rail or line haul transport. Spare tier and spare tier mounting point with hoist capability to lower and lift spare tire. 2. Other Requirements a. Mandatory Basic Items of Issue with each vehicle Spare tire Jack Tool kit and tools for changing tire and simple operator level maintenance (e.g., screwdriver, adjustable wrench, etc.) Towing cable Jumper cables b. Desirable Basic Items of Issue with each vehicle 1 each Jerry Can (Five Gallon Can) for Fuel Shovel First Aid Kit Accident reflector
- Place of Performance
- Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Zip Code: 48397-5000
- Record
- SN00878499-W 20050826/050824213009 (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 |