Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2006 FBO #1573
SOURCES SOUGHT

23 -- Area Mine Clearance System (AMCS) Foreign Comparative Test (FCT) Program

Notice Date
3/16/2006
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-06-R-AMCS
 
Response Due
4/15/2006
 
Archive Date
6/14/2006
 
Small Business Set-Aside
N/A
 
Description
The US Army Communications-Electronics Life Cycle Management Command, Acquisition Center Washington is soliciting sources on behalf of the US Army's Office of the Project Manager Close Combat Systems for participation in an approved Department of Def ense Foreign Comparative Test (FCT) Program for an Area Mine Clearance System (AMCS) in Fiscal Years 2006 and 2007. Candidate systems for the Army's AMCS FCT must be non-developmental (in production or fielded and not requiring major modification) area mi ne clearance vehicle systems. Candidate systems must: mechanically neutralize (meaning destroy or detonate) all types of anti-tank mines and anti-personnel mines; neutralize 80% of all mines in an area or along a route; protect the operator/crew from all mine blasts; penetrate undisturbed, dry soil composed of clay or clay mixture to a depth of 7 inches (17.78 cm) (threshold) and 19 inches (48.26 cm) (objective) at a minimum flailing speed of 3 km per hour; withstand three AT mine blasts (15 lbs TNT explo sive equivalent) under the flail head assembly without sustaining battle damage that cannot be repaired within 30 minutes with tools, replacement parts and operator or unit level maintenance; have the capability for the operator to immediately stop the fla iling mechanism; be transportable by rail, sea lift, highway (M870 trailer) and aircraft (C-5, C-17 and C-130) and be capable of being configured for transport in less than 2 hours for any transport mode; be transportable on a single C-130 aircraft without major disassembly or shoring equipment that is not standard to the flail itself; and be capable of operation in ambient temperatures ranging from +320F to 1350F. Responses must also describe the availability of a remote control capability with the candid ate systems. Resultant contract(s) will include the purchase of one candidate system, test support, maintenance and repair services, repair parts supply, operator's and maintenance manuals and training. The test support will occur in the Sep 2006-Mar 200 7 timeframe. The statutory authority for other than full and open competition is 10 USC 2304 (c)(1), 'Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements'. Specifically, other than full and open competition is p ermitted for Foreign Comparative Testing under the application of Defense Acquisition Regulation (DFAR) 206.302-1(b) which states that the 'authority may be used for acquisitions of test articles and associated support services from a designated foreign so urce under the DoD Foreign Comparative Testing Program'. However, all responsible sources that can provide supporting data to demonstrate they can provide a non-developmental (in production or fielded and not requiring major modification) area clearance s ystem that can successfully meet the above requirements, and have equipment available for testing by September 2006, may submit a quote to be considered by the agency. Responses should be no longer than ten (10) pages. The resultant contract(s) will be F irm Fixed Price. Responses are to be received via email no later than close of business on 19 January 2005. All requests for further information must be in writing or via email, telephone requests for additional information will not be honored. You may forward responses to Ms. Maureen Parsons, Contract Specialist, at the following e-mail address: maureen.parsons@cacw.army.mil. Response emails should include the following subject: 'AMCS FCT Whitepaper - Contractor's Name'. Acknowledgement of receipt wi ll be issued.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01008054-W 20060318/060316212442 (fbodaily.com)
 
Source
FedBizOpps 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.