Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2009 FBO #2875
MODIFICATION

54 -- Market Survey Questionnaire for Bridge - Light Assault Gap Crossing Capability: Type I

Notice Date
10/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal 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
W56HZV10R0004
 
Response Due
11/9/2009
 
Archive Date
1/8/2010
 
Point of Contact
Jeffrey L Weiss, 586-574-5312
 
E-Mail Address
TACOM - Warren Acquisition Center
(jeffrey.weiss3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
UNCLAS: Dist A Approved for public release Market Survey Questionnaire for Bridge - Light Assault Gap Crossing Capability: Type I 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. [To avoid possible confusion with the meaning of the term confidential in the context of Classified Information, we will use the term PROPRIETARY.] Pursuant to this statute, the U.S. Government is willing to accept any trade secret or PROPRIETARY 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 with the restrictive legend (all caps) PROPRIETARY 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 confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response - see item 6 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. Government's 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 the PROPRIETARY 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 only portions of an electronic file, use the restrictive legends PROPRIETARY PORTION BEGINS: and PROPRIETARY 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. 6.The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the Respondents marking of data as PROPRIETARY will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The U.S. Government will use its best efforts to evaluate those responses that contain confidential information without using support contractors consistent with the resources available. 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 the 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 Light Assault Gap Crossing Capability (LAGCC) foot bridge. The requirement will be achieved in a single step versus an evolutionary series of steps. 1.The Type I LAGCC system must fully support execution of joint critical operational activities (Threshold {T}), and all critical operational activities (Objective {O}), identified in the applicable joint and system integrated architectures. The system must satisfy the technical requirements for transition to Net-Centric (T), or already Net-Centric (O), military operations to include: a.DOD Information Technology Standards and Profile Registry (DISR) mandated Global Information Grid (GIG) Information Technology (IT) standards and profiles identified in the TV-1; b.DISR mandated GIG Key Interface Profiles (KIPs) identified in the KIP declaration table; c.Net Centric Operations Warfare (NCOW) Resource Management (RM) Enterprise Services; d.Information assurance requirements including availability, integrity, authentication, confidentiality and nonrepudiation, issuance of an Interim Approval to Operate (IATO) (T), and Approval to Operate (ATO) (O), by the Designated Approval Authority (DAA); and, e.Operationally effective information exchanges; and mission critical performance and information assurance attributes; data correctness; data availability; and, consistent data processing specified in the applicable joint and system integrated architecture views. 2.The Type I LAGCC shall have a capacity of 5 Soldiers (T), 6 Soldiers (O), within the 95th percentile with full mission equipment. The requirement is based on a fire team crossing the foot bridge at a time and potential egress with a casualty while at its maximum extension. 3.There shall be no mission failure due to a single point failure from small arms fire. 4.The Type I LAGCC shall be able to cross gaps in scalable increments to a total length of 30m (T), 50m (O). 5.The Type I LAGCC treadway shall be a minimum of 16 (T), 25 (O). 6.The Type I LAGCC shall also be transportable by highway, ocean, rail, and air assets. Movement to the theater shall be accomplished primarily by means of airlift utilizing a C-130 transporter aircraft. The Type I LAGCC shall also be transportable by a CH-47 in the stored or employed configuration (T), CH-60 (O). The CH-47/CH-60 requirement is based on the Infantry Brigade Combat Teams (IBCT) ability to move rapidly about the battlefield as C-130 transport can be restrictive. Once in the theater of operation the primary mode of transportation will be on a wheeled platform, trailer mounted or mounted on top of a host vehicle. The Type I bridge will likely be transported by an IBCT vehicle to the dismount location and hand carried from there to the point of employment. 7.The Type I LAGCC shall be compliant, at minimum, with the North Atlantic Treaty Organization (NATO) STANAG 2010/2021 and The Tri-lateral Codes for Military Bridging and Gap Crossing Equipment (TDTC). 8.The Type I LAGCC shall be capable of operating in all types of weather (rain, snow, salt spray, fog, ice, dust, sand, turbulence and high humidity) and hot and basic climatic zones (-25F to 125F) with wind speeds up to 50 knots without special kits while maintaining full mission capability (T). Shall have cold weather kits allowing operation down to -50F (O). 9.The Type I LAGCC shall be capable of fording at a normal depth of 48 inches without an affixed deep water fording kit. All external optics and electronic components shall be watertight / proof to preclude damage during shallow water fording operations (T). 10.The Type I LAGCC shall be capable of launching within 30 minutes (T), 15 minutes (O), with a crew of 2-8 soldiers. 11.The Type I LAGCC must have a means of determining remaining service life and safety/structural deficiencies, which does not require an external power source (T). 12.The Type I LAGCC shall be able to perform its mission while in an electromagnetic environment consistent with requirements set for ground based systems and other vehicle in the Joint Force. This includes voice, data, and camera video. Vulnerabilities in a hostile electromagnetic environment have been documented and/or mitigated (DOT&E E3/ Spectrum Management (SM) Assessment Guide). Regardless, the user must be provided and formally accept any E3 risks associated with the system prior to fielding. 13.Radio frequency dependent components of the Type I LAGCC must not produce electromagnetic emissions that interfere with or degrade the performance of existing platforms, dismounted personnel, instrumentation, weapons, sensors, or communications subsystems operating within its range. Radio frequency dependent components of the proposed system must comply with applicable national and international spectrum management statutes, policies and regulations, to include obtaining spectrum supportability in all host nations where deployment of the system or equipment is planned. This includes joint spectrum certification, and host nation coordination. 14. One of the core capabilities of the proposed IBCT vehicle platform is to move rapidly about the battlefield maintaining a vehicle speed of 40 mph on hard surface roads. The LAGCC must be capable of rapid deployment to critical areas immediately upon notification and have the ability to rapidly relocate in support of and maintain pace with the IBCT. The Type I LAGCC, when mounted onto or towed by the host vehicle, must be capable of sustained hard surface speeds of 40 mph (T) 50 MPH (O). 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 the question, please indicate No Response. 4.If a response will satisfy another question, state: See response to question XX. 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 Survey. 7.Spell out any acronyms in their first instance. 8.Clearly mark any confidential information. If applicable, the front page of your response package should state Confidential Information Contained. Provide a release statement indicating that the confidential information may be distributed to Army personnel involved with this Market Survey. REQUEST FOR INFORMATION (RFI) QUESTIONAIRE A.GENERAL 1.Manufacturer a.Name b.Mailing Address c.Website d.CAGE Code (if any) 2.Personnel Responding to Questionnaire a.Name b.Title c.Company Responsibility/Position d.Telephone/Fax Numbers e.E-Mail Address 3.System Description a.Type I model number 4.Physical Characteristics a.Maximum length b.Module length c.Maximum width d.Treadway width e.Maximum height f.Overall weight g.Module weight h.Provide the dimensions, weight and the number of each component for your system. B.PRODUCTION CONSIDERATION 1.How long has your system been in production? 2.When was the last time your system underwent a product upgrade? Is there a product upgrade planned in the next five years? Provide explanation. 3.Who has purchased your system? Provide explanation. 4.What is the production lead-time after receipt of an order (days)? 5.What is the approximate cost of your system? C.PERFORMANCE CONSIDERATIONS 1.Describe the Net-Readiness of the bridge system. Can the bridge system support Net-Centric military operations which enables an exchange of secure data via the network? 2.Does your system meet the U.S. Armys requirement of being operable by 5th and 95th percentile female and male soldiers? 3.What are the maximum longitudinal and cross slopes of the near bank that your system is capable of being operated? Ref. 4.2.5 Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment. 4.What are the minimum and maximum height differences between the near and far banks across which the bridge can be launched/retrieved? Ref. 4.2.5 Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment. 5.What is the longest bridge that has ever been constructed using your system? Provide explanation. 6.What is the maximum transverse slope of the deck while soldiers are crossing the bridge? Ref. 4.2.5 Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment. 7.What preparation is required for the near and the far banks of the gap? Comment on the ability of the Soldiers to perform the bank preparation. 8.How long will it take to construct a 30 meter bridge? 50 meter bridge? 9.What equipment is required to assemble a 30 meter bridge? Any special tools required? 10.How many 95th percentile soldiers with full mission equipment (approx. 363 lbs. each) can simultaneously cross the bridge? 11.How many 95th percentile soldiers with Individual Protective Equipment (IPE) will it take to construct a 30 meter bridge? 50 meter bridge? 12.Does your system accommodate casualty evacuation? If so, how? D.TRANSPORTABILITY 1.Can your system be loaded into a C-130 transporter aircraft? CH-47? UH-60? If so, explain. 2.Is your system equipped with lifting and tiedown provisions for transportation in accordance with MIL-STD-209? Provide explanation. 3.When mounted on a vehicle, is your system waterproof in the event of the host vehicle is fording at a normal depth of 48 inches? Are all external electronic components and launch/retrieve mechanisms watertight/proof to prevent damage during shallow water fording operations? Provide explanation. 4.What is the maximum speed that a host vehicle can travel when your system is mounted onto or towed by a host vehicle? 5.The Army desires to haul the Type I LAGCC system using several modes: sling load, hand carried and personnel carrier (High Mobility Multipurpose Wheeled Vehicle, M113, Bradley Fighting Vehicle). Describe the different modes required to transport your system. E.ENVIRONMENTAL 1.Is your system able to perform its mission while in an electromagnetic environment (MIL-STD-1310)? Provide explanation. 2.Does your system perform its mission in an Electronic Attack (EA) environment described in MIL-STD-464? Provide explanation. 3.Can your system survive a High-altitude Electromagnetic Pulse (HEMP)? Provide explanation. 4.Does your system provide Chemical, Biological, Radiological, and Nuclear (CBRN) protection? Provide explanation. 5.What is the temperature and wind speed range that your system is capable of operating with and without cold weather kits? F.SERVICE 1.Do you have a tracking procedure for the type and number of crossings? Provide explanation. 2.What are the criteria and/or indicators used with your system to determine when a component needs to be refurbished or discarded? Provide explanation. 3.What maintenance is required in both the field and the depot? Are special tools required? Provide explanation. G.SAFETY 1.Are there any unique recommended precautionary procedures used in operating or maintaining this equipment? Provide explanation. 2.Does your system have anti-skid/slip surfaces? 3.For crossing the bridge on a new moon night, does your system utilize any crossing aids and/or guidance devices? Provide explanation. 4.Sometimes there can be debris tracked onto the bridge as soldiers cross such as mud or ice which can degrade the grip of the treadway. Does your system have a means of minimizing (mud, sand, snow, ice, etc&) build up? 5.To prevent walking/movement of the bridge towards the gap as a result of the crossing traffic, does your system utilize anchorages to prevent the walking/movement? If so, provide a description. H.QUALITY 1.Does your system have a means of determining remaining service life and safety/structural deficiencies that does not require an external power source? Provide explanation. 2.Does your plant and system meet all ISO certifications and standards? Provide explanation. 3.How many units have been produced in the current configuration? I.SURVIVABILITY 1.Is your bridge hardened against weapon fire? If so, explain. J.LOGISTICS 1.What experience do you have providing logistics support, either directly or through subcontractor opportunities? Can you provide samples of that effort? 2.Have you provided logistics support to any Government agencies? Please explain what these efforts entailed and provide copies of the Contract. 3.If you were awarded a contract for the LAGCC would you perform the logistics effort in-house, or would you subcontract logistics? If you were subcontracting the logistics effort, list potential subcontractors you might use for this effort. 4.Please submit recommendations/comments regarding what you would consider the appropriate logistics for the LAGCC. K.OTHER 1.Is your system compliant with North Atlantic Treaty Organization (NATO) and Tri-lateral codes? Provide explanation. Responses to this market questionnaire should be sent via Email to Jeffrey Weiss jeffrey.weiss3@us.army.mil and Lori Finchem lori.finchem@us.army.mil. You are requested to put LAGCC TYPE I MARKET SURVEY RESPONSE in the subject line of the email. You may respond in total or to any part of this questionnaire. Any request for clarifications of the Survey shall also be addressed to Jeffrey Weiss and Lori Finchem, and will be published with the appropriate answers at the same web location at this Questionnaire. Any product literature that cannot be emailed may be sent to: U.S. Army TACOM Life Cycle Management Command AMSCC-TAC-ADCD ATTN: Jeffrey Weiss (M/S # 326) 6501 E. Eleven Mile Rd. Warren, MI 48397 5000 Replies to this questionnaire must be received by October 9, 2009. Please mark your information 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 LAGCC or non-confidential questions from interested parties and responses by the U.S. Government will be posted as addenda to the questionnaire.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE07/W56HZV10R0004/listing.html)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSCC-TAC-ADCD, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN01981378-W 20091008/091006235602-e776ed6e86028f9e4694535bd80cd293 (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.