Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2006 FBO #1846
SOURCES SOUGHT

38 -- AIR DIGGER REQUIREMENT - SOLICITATION

Notice Date
12/14/2006
 
Notice Type
Sources Sought
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q07DIGGER01
 
Response Due
1/5/2007
 
Archive Date
3/6/2007
 
Small Business Set-Aside
N/A
 
Description
Proposals are being requested and a written solicitation will not be issued. The Synopsis/Solicitation Number is W9124Q-07-DIGGER01. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Ci rcular 2005-14. The Army Contracting Agency has a requirement for the following: The development of an air digger system for clearing light objects and dirt from suspected IED sites by route clearing units. The system must be able to be attached to the S pork of the Buffalo clearing vehicle (manufactured by Force Protection). The complete system will consist of replaceable nozzle(s), hose management system, valves, air compressor(s), and all operational controls. The following are detailed performance an d operational objectives. 1.) Stand-Alone, Skid Mounted, Pneumatic Compressor: A).CFM . i) Threshold - 60 SCFM at 90 PSI for five minutes allowing for a five minute recovery period utilizing a storage tank. ii) Objective: 60 SCFM at 90 PSI constant. B) Working Temperature. i) Threshold 120 degrees f. ii) Objective - 140 degrees f. C) Fuel Type - Diesel D) Screw Driven Compressor. E) Complete System Size. i) Threshold  44 in. x 44 in. x 64 in. ii) Objective  30 in. x 30 in. x 48 i n. F) Stand for skid shall be designed based on troop entry platform on the rear of the Force Protection Buffalo. 2.) Air nozzle  shall be refined jet of air necessary to achieve cutting of compact dirt and movement of obstacles, 4 x 2 2/3 x 8 (sta ndard brick) weighing no more than four lbs. A) Nozzle Stand-Off i) Threshold  8 in. ii.) Objective  24 in. B) Field replaceable with adjustable 12 in. crescent wrench C) Nozzle shall be designed in such a manner that it is expendable. D) Nozzle shall be designed in such a way that the system is modular and has multiple points of failure under blast related stress which can be replaced in the event of a blast. E) Shall be mounted on the existing spork of the vehicle, without conflict ing or hindering the operation of the spork. F) Nozzle angle to target shall be capable of being manually positioned prior to operation. i) Threshold - 30 degree range of motion. ii) Objective - 60 degree range of motion. 3) Hose and Hose Managem ent: A) Minimum 300 PSI hose. B) Shall be sized to accommodate air capacity from the vendor which provided the compressor to nozzle C) Hose management shall be able to allow the articulating extending arm of the vehicle to operate to its full range of motion while not interfering with normal operations of the articulating extending arm. D) Hose shall be field replaceable with no special tools. E) Hose shall be fastened to the vehicle in a manner as to allow a quick and easy replacement while sti ll maintaining proper connections during operation. 4) System Control: A) Air supply must be capable of being remotely started and stopped from within the vehicle. B) Compressor shall have an emergency stop remotely operated within the vehicle in the event of a system breach. 3) Deliverables: The prototype will be the Base Contract Award; 1 EA. The prototype shall be a complete prototype system, capable of meeting, at the minimum, all threshold values stated above. The system shall include one sp are nozzle and any connectors per each system, 2 spare hoses, 3 sets of attachment devices (anything use to connect the device to the vehicle). Vendors shall include one set per system of any special tools required for installation, operation, or maintena nce. The vendor shall also provide one set per system of any additional lubricants, oils or other materials (in-take filters, oil filters, etc) required for continued operation of the system, one set per system of all commercial operation and maintenanc e manuals. Production (Options to Contract) OPTION 1: Parts and accessories for original prototype developed from resulting award. OPTION 2: Four Prototy pe systems to include an operation/instruction manual; maintenance manual; spare parts kit (which shall include any nozzles, connectors, hoses, special tools for installation, operation or maintenance etc.); set of any additional lubricants, oils or other materials (in-take filters, oil filters, etc.) required for continued operation of the system; one for each of the four systems. OPTION 3: The purchase of seventy fully developed and operational systems. 4) Government Furnished Equipment: A platform shall be made available through coordination with the government and Force Protection, Inc. (FPI) on 12 December, 1 PM to 5 PM EST. Vendors shall contact the Technical POCs to coordinate access to FPI facilities (9801 Highway 78, Ladson, SC 29456 ) to gain accurate measurements for development of the prototype. Although the site visit to FPI is not mandatory, it is highly recommended. If follow-on visits to the facility are required, please contact the Technical POCs and additional visits may be grante d as time permits. Prospective vendors MAY NOT contact FPI directly. 5) Training: Training will be required with the initial delivery of the prototype and production systems. The training shall instruct up to 5 personnel on the operation, trouble shoo ting, and maintenance of the systems. Training shall also include installation procedures for mounting on vehicles. Training will be held at a government facility within the Continental United States. The specific location will be coordinated after the c oncept design review. Vendors shall provide complete installation, operation and maintenance manuals for all components of the system. 7) Reviews: A technical evaluation board (TEB) shall be held at the governments facility no later than two weeks af ter concept proposals are due. All submitted proposals shall be evaluated based on the following criteria: compliance with requirements listed herein, technical excellence, past performance, price or cost, and management capability. Upon review of these f actors, technical excellence is significantly more important than cost or price. 8) Warranty: The vendor shall inclued a warranty for the items delivered under this effort for a period of 365 calendar days after delivery for all defects in material and w orkmanship. 9) Schedule: Upon vendor notification/award, selected vendors shall have thirty days to build a fully functioning prototype. Government shall test and evaluate the prototype and provide feedback to solution improvements. The selected vendor shall provide four production systems to the using activitys facility within three weeks upon exercising the option to do so by the Government Contracting Officer. Payment will be made by electronic funds transfer (EFT). GOVERNMENT POCs: Program Management: Kevin Peel, 301-833-5043 TECHNICAL POCs: Mr. Justin Schilling, 301-768-6181, or Mr. Geoffrey Hermanstorfer, geoff.hermanstorfer@us.army.mil, 301-833-5066. The provision 52.212-1, Instructions to Offerors - Commercial Items, Alternate I applies to this acquisition. The FAR clause 52.212-2, Audit and Records Negotiation applies to this acquisition. Additional clauses and provisions applying to this acquisition include 52.202-1, 52.215-5, 52.203-5, 52.203-8, 52.203-10, 52.203-11 52.203- 12, 52.2504-7, 52.204-8, 52.216-1, 52.252-4, 52.252-3, 52.252-2, 52.252-1, 52.249-14, 52.249-6, 52.245-1852.246-3, 52.245-5, 25.244-6, 52.242-13, 52.242-1, 52.232-33, 52.233-2, 52.233-4. Proposals must be received no later than 5 January 2007 1600 EST. Any questions should be submitted via e-mail to Ms. Amenda Franklin at franklina@wsmr.army.mil or mindy.franklin@us.army.mil. **DO NOT USE THE CONTACT INFORMATION LISTED BELOW.**
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN01196701-W 20061216/061214220945 (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.