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
SOLICITATION NOTICE

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

Notice Date
3/16/2006
 
Notice Type
Solicitation Notice
 
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
 
Point of Contact
Maureen Parsons, 703-325-6093
 
E-Mail Address
US Army C-E LCMC, Acquisition Center - Washington
(maureen.parsons@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Communications-Electronics Life Cycle Management Command, Acquisition Center Washington intends to solicit and negotiate with Aardvark Landmine Clearance, Inc and A/S Hydrema Export on behalf of the US Army's Office of the Project Manager Close Combat Systems for participation in an approved Department of Defense Foreign Comparative Test (FCT) Program for an Area Mine Clearance System (AMCS) in Fiscal Years 2006 and 2007. The candidate systems for the Army's AMCS FCT are non-developmental (in production or fielded and not requiring major modification) area mine clearance vehicle systems. Candidate systems also must: mechanically neutralize (meaning destroy or detonate) all types of anti-tank mines and anti-personnel mines; neutralize 80 percent 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 100-300 mm, 10-30 cm (threshold) and 1000 mm, 100 cm (objective) at a flailing speed of 400-800 m/hr (threshold) and 1000 m/hr (objective); have a minimum flailing width of 3m; withstand three AT mine blasts (15 lbs TNT explosive 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 flailing mechanism; during flailing operations the system must be operated by human operator on-board in the cabi n (threshold); and teleoperations/remote control (objective); 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 tra nsportable 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 +32F to 135F. Resultant contract(s) will include the purchase o f 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 2007 timeframe. This notice of intent is not a request for compet itive proposals. However, all responsible sources may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within 30 days will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The resultant contract(s) will be Firm Fixed Price. The statutory authority for other than full and open competition is 10 USC 23 04 (c)(1), 'Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements'. Specifically, other than full and open competition is permitted for Foreign Comparative Testing under the application of Defense Acquisition Regul ation (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 source under the DoD Foreign Comparative Testing Program'. Responses are to be received via email no later than close of business on 15 April 2006. 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 Sp ecialist, at the following e-mail address: maureen.parsons@cacw.army.mil. SEE NOTE 22 and 26. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAB15/W909MY-06-R-AMCS/listing.html)
 
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
SN01008488-F 20060318/060316214355 (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.