Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2008 FBO #2337
SOLICITATION NOTICE

38 -- Assault Breacher Vehicle (ABV) Market Survey: Full Width Mine Plow, Combat Dozer Blade and Lane Marking System

Notice Date
4/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
ABV-MARKET-SURVEY-2008
 
Response Due
5/16/2008
 
Point of Contact
Damon McNally, (586) 574-8088
 
Description
GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. The U.S. Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as CONFIDENTIAL under this statute. Pursuant to this statute, the U.S. Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) CONFIDENTIAL with any explanatory text, so that the U.S. Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as CONFIDENTIAL may diminish or eliminate the usefulness of your response - see item 6 under Instructions for Completing the Questionnaire, below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the U.S. Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the U.S. Government will not be protected once in the public domain. Data already in the possession of the U.S. Government will be protected in accordance with the U.S. Governments rights in the data. 4. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for portions only of an electronic file, use the restrictive legends CONFIDENTIAL DATA BEGINS: and CONFIDENTIAL PORTION ENDS. 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text. DESCRIPTION OF INTENT: THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING PERFORMANCE REQUIREMENT. No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. Also, it is not a request seeking contractors interested in being placed on a solicitation mailing list. Response to this questionnaire is voluntary and no reimbursement will be made for any costs associated with providing information in response to this Market Survey and any follow-on information requests. Data submitted in response to this Market Survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. PERFORMANCE REQUIREMENT: The purpose of this questionnaire is to obtain information on commercial industry capability to satisfy US Army requirements for a Full Width Mine Plow (FWMP), Lane Marking System (LMS) and Combat Dozer Blade (CDB) mountable on the Assault Breacher Vehicle (ABV). The requirement will be achieved in a single step versus an evolutionary series or steps. The ABV is based on the M1A1 Abrams tank chassis with a fabricated turret unique to the ABV. The ABV has two Mine Clearing Line Charges (MICLIC), a FWMP, a CDB and a LMS. The Government would provide a M1A1 Abrams tank for the testing of a proposed FWMP, LMS and CDB. The ABV must create a cleared and marked lane that is 15 feet wide and 14 inches deep (objective); 13 feet wide and 10 inches deep (threshold) through minefields 200 meters long consisting of Anti-personnel (AP) and Anti-tank (AT) mines. The ABV is required to clear and mark the lane in 6.5 minutes (objective); 8 minutes (threshold). The ABV must also be capable of clearing complex obstacles to enable passage of the maneuver element through the breach. The soil is assumed to be unfrozen with no rocks larger than 32 centimeters in diameter. The threshold is to plow the described width and depth in loose sand and soft silt (objective: hard clay and hard silt). The ABV must also have the capability to breach the following non-explosive simple obstacles with a CDB: 1.52 meter concrete cube (threshold), urban rubble (threshold), log post obstacle (threshold), log crib (objective), abatis (objective). The FWMP and CDB assemblies must be detachable within 10 minutes (threshold); 5 minutes (objective), from inside the crew compartment using Basic Issue Items and on-board equipment. The FWMP and CDB assemblies must also have a travel-lockout to hold and lock the blade in its stowed position during vehicle travel. The ABV with the FWMP installed must be capable of traversing a 15 degree ramp when loading and unloading from an amphibious ship and traverse from that ramp onto a Landing Craft Air Cushion (LCAC), or other vessel, without dunnage, and without damage to the ramp or vessel. The ABV has a comparable capability to the M1A1 Abrams to climb vertical walls, cross trenches, climb up 60 percent grade slopes and negotiate a 40 percent side slope. When combat-loaded, the ABV will weigh less than 60 tons (objective); less than 70 tons (threshold). These weights include having the FWMP, CDB and LMS installed on the M1A1 Abrams tank. The ABV FWMP must provide survivability against explosive blasts and complete the mission. It must survive the equivalent of two Iranian M-19 Anti-Tank Mine detonations on its FWMP and still complete the mission attempt of clearing one lane thru the mine field to the standard listed above. The ABV LMS must be capable of using marking poles currently in US Army inventory, NSN 6230-99-791-5361. The ABV lane markers will denote the edge(s) of the cleared lane up to 300 meters in length, in day, night, and combat conditions. The LMS must be capable of operation by a two man crew in the closed hatch configuration. INSTRUCTIONS FOR COMPLETING THE QUESTIONNAIRE: 1. Number each response with the appropriate question number. 2. You do not have to repeat the question in your response. 3. If you cannot answer a question, please indicate No Response. 4. If a response will satisfy another question, state: See response to question XXX. 5. Include relevant sales media and product manuals. If providing an ACROBAT formatted manual, annotate the manual to indicate which material is applicable to the questions. If preferred, include Internet Web links to locations where animations/videos may be viewed. 6. If your sales media and/or manuals contain a restricted distribution statement, issue a release statement indicating that the restricted material may be distributed to Army personnel involved with this market investigation. 7. Spell out any acronyms in their first instance. 8. Clearly mark any proprietary information. If applicable, the front page of your response package should state: Proprietary Information Contained. Provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this market investigation. 9. A copy of the Tri-Lateral Design and Testing Code (TDTC) is available on the Internet at http://www.dtic.mil/dticasd/sbir/sbir032/a213.pdf. 10.. If your submission is by Email, please note that Emails containing a total of 5 MB is the maximum that our system can handle. Please breakup your response into more than one Email submission. Request for Information (RFI) Questionnaire 1. Company Name: 2. Are you a large or small business for North American Industry Classification System (NAICS) # 332312 Fabricated Structural Metal Manufacturing. If small business, are you Small Disadvantaged or 8(a) In a Hubzone Service-Disabled Veteran-Owned Women Owned 3. Mailing Address: 4. E-Mail Address of POC: 5. Point of Contact (POC)/Title: 6. Telephone No: 7. Fax No: 8. How long has your company been in business? 9. Does your company currently produce and/or sell Full Width Mine Plows, Combat Dozer Blades or Lane Marking Systems that meet the requirements listed for the ABV? If so, for whom have you produced them? 10. Does your company have a full width mine plow, combat dozer blade or lane marking system in any state of design and/or development? If so how long will it take to have a deliverable system? If not, how long will it take to have a deliverable system? 11. What would be the expected lead time for delivery of the full width mine plow, combat dozer blade and lane marking system from the date of contract? 12. If your company does not produce a Full Width Mine Plow, Combat Dozer Blade or Lane Marking System can you reconfigure your current system or design a system to meet the ABV Performance Requirements? 13. Provide a list of your major customers to include company name and a point of contact within the Company to include phone number. 14. Have you produced any product(s) for any US Government agency in the past? If so what product(s) and for which agency? 15. Are there any terms and conditions unique to this industry, which are not normally a part of standard U.S. Government contracts that you would require in a contract with your Company? 16. What is the standard warranty that would be provided with the Full Width Mine Plow, Combat Dozer Blade and Lane Marking System? What type of warranty would you provide under a contract with the U.S. Government? Please include with your response a sample warranty from your company. 17. If you were awarded a contract for the full width mine plow, combat dozer blade and/or lane marking system at what location would the production take place and what efforts to provide subcontracting opportunities would you use? 18. What experience do you have providing logistics support (Technical Manuals, Provisioning New Equipment Training), either directly or through subcontractor opportunities? Have you provided logistics support to any Government agencies? Please explain what those efforts entailed? 19. If you were awarded a contract for the Full Width Mine Plow, Combat Dozer Blade and/or Lane Marking System would you perform the logistics effort in-house, or would you subcontract this logistics effort? If you were subcontracting the logistics effort, list potential subcontractors you might use? 20. Please submit recommendations/comments regarding what you would consider the appropriate logistics for the Full Width Mine Plow, Combat Dozer Blade and Lane Marking System acquisition. 21. What would be the periodic maintenance needs that you recommend to be conducted both in the field and the depot? Response to this market investigation questionnaire should be sent via Email to Mary Pasqual - mary.pasqual@us.army.mil and MAJ Scott Lynch - scott.lynch@us.army.mil. You are requested to put ABV MARKET SURVEY RESPONSE in the subject line of the email. You can respond in total or to any part of this questionnaire. Any request for clarifications of the Survey shall also be addressed to Mary Pasqual. Any product literature that cannot be Emailed may be sent to: U.S. Army TACOM Life Cycle Management Command AMSTA-AQ-ADBB ATTN: Mary Pasqual, Mail Stop 326 6501 E. Eleven Mile Rd. Warren, MI 48397-5000 Replies to this questionnaire must be received by May 16, 2008. Please mark your information Proprietary or CONFIDENTIAL, as you feel appropriate. Your input is voluntary and no compensation can be made for your participation in this survey. We appreciate your cooperation in answering these questions and thank you in advance for your participation. BE ADVISED that updates to the Full Width Mine Plow, Combat Dozer Blade and Lane Marking System or non-proprietary questions from interested parties and their responses by the Government will be posted to the Market Survey web site as addenda to the questionnaire. A Microsoft Word copy of the Market Survey may be obtained by copying ang pasting the following URL in your Internet browser: http://contracting.tacom.army.mil/ssn/ABV_Market_Survey_18Apr08.doc
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9b0578147b31b825ad43aeb10d3c565&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN01557153-W 20080420/080418220143-b9b0578147b31b825ad43aeb10d3c565 (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.