Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOURCES SOUGHT

23 -- Sources Sought Notice - Light Equipment Utility Trailer (LEUT)

Notice Date
7/27/2010
 
Notice Type
Sources Sought
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
2010-212
 
Response Due
8/19/2010
 
Archive Date
10/18/2010
 
Point of Contact
Competition Management Office, 000-000-0000
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(marketsurveys@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Light Equipment Utility Trailer (LEUT) Market Survey Description 1.Market Survey Request. The U.S. Army is conducting a market survey to: determine the level of interest among qualified contractors in providing a Light Equipment Utility Trailer (LEUT) to transport the Skid Steer Loader (SSL) Type I and II and the Backhoe Loader (BHL) already in the Armys inventory. The LEUT will also support other key performance parameters and attributes. The purpose of this questionnaire is to aid in determining the suitability of commercially available equipment (with modification, if necessary) that will satisfy the U.S. Armys requirements. 2.Specifics. Listed below are requirements which provide a general description for the two different LEUT models. The requirements are not limited to this list. LEUT: Must be a Commercial-Off-The-Shelf (COTS) item Lunette-type towed trailer; cannot be a fifth-wheel trailer TYPE I: The Primary Mission of the LEUT Type I is to haul Type I SSL (wheeled) with attachments Rated payload capacity of four tons The LEUT Type I will be towed by FMTV Cargo/Dump/Tractor and HEMTT Cargo Shall be air transportable by C-130 aircraft and be capable of being externally slung from a CH-47 helicopter and delivered in a single lift while fully assembled Shall be capable of Low Velocity Air Drop (LVAD) as discussed in Field Manual (FM) 4.20.41 and MIL-HDBK669 Shall be transportable by rail and marine modes Shall meet or exceed the mobility profile of the HEMTT Cargo (15/25/50/10) Shall be capable of transporting and support firing of the Mine Clearing Line Charge MICLIC) with the following vehicles: Engineer Stryker Vehicle, Engineer Bradley Fighting Vehicle and M113 Armor Personnel Carrier Shall be certified for ammunition transport to include small arms, demolitions, mines and MICLIC TYPE II: The Primary Mission of the LEUT Type II is to haul BHL and Type II SSL (tracked) with attachments Rated payload capacity of 10 tons The LEUT Type II will be towed by M917 (20-Ton Dump Trucks) and M1157 (FMTV, 10- Ton Dump Trucks) Shall be air transportable by C-130 aircraft and be capable of being externally slung from a CH-47 helicopter and delivered in a single lift while fully assembled Shall be transportable by rail and marine modes Shall meet or exceed the mobility profile of the MTV 5/10-Ton Dump Truck (20/50/30) Shall be certified for ammunition transport to include small arms, demolitions, mines and MICLIC 3.Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. 1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this survey and to protect such information from unauthorized disclosure, subject to the following: "Qualifying data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the government is clearly notified as to exactly what data so qualifies. "Mark only data that is truly confidential. "Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. "Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: PROPRIETARY PORTION BEGINS and PROPRIETARY PORTION ENDS. 4.Disclaimer. The USG is neither obligated to protect unmarked data nor is the government obligated for like data in possession of third parties or for data which is afterwards placed in the public domain by the contractor or by third parties through no fault of the USG. Should the USG need to reproduce the protected data for distribution purposes between government offices, all such data will be reproduced with restrictive legends in place. Additionally, all government personnel provided with protected information will, prior to receiving copies of such information, sign a Non-Disclosure Agreement which alerts personnel of the confidential nature of the information being provided as well as the seriousness of the governments obligations to protect such information. 5.Clarification of this Action. This request is for a market survey. It is an inquiry intended to measure the level of industry interest in competing for a potential government contract. Responses to this survey may affirm the governments decision to issue the subject contract for full and open competition. This is not a pre-solicitation notice or request for proposals (RFP) nor will a contract be awarded from this announcement. Information provided regarding the potential contract as presented in this market survey is subject to change. Additionally, as a market survey, this inquiry does not bind the government to solicit for or award a competitive contract. Participation in the survey is also wholly voluntary on the part of the contractor as no reimbursements will be made to any contractor for costs associated with its participation in this survey. Data submitted to the government will not be returned but will remain archived as part of the surveys historic records. Lastly, participation in this market survey, while important to Army acquisition planners, is neither mandatory nor is it requisite to future participation by the contractor in this or a similar contract RFP. 6.Questionnaire. Contractors who deem themselves qualified and who would be interested in competing for such a contract, please take the time to respond to the questionnaire below. Request that all responses be returned by close of business (COB) Thursday, August 19, 2010. QUESTIONNAIRE Instructions for Completing the Questionnaire. Interested Offerors are asked to complete the following questionnaire and provide answers back electronically to: Ms. Carolyn DiMinno at carolyn.diminno@us.army.mil. Response Format. Electronic responses are required. It is requested that electronic responses be provided in any of the following formats: Microsoft Word 2007 or earlier, Microsoft Excel 2007 or earlier, Microsoft PowerPoint 2007 or earlier or Adobe Acrobat. The subject line must read (Company Name) response to LEUT Market Survey. Please number your questions in accordance with our numbering system so each answer corresponds to the correct question. Please spell out acronyms in their first instance. Also, clearly mark any confidential information per the guidance of paragraphs 3 and 4 above. Respondents to this questionnaire may be contacted directly in the future for additional comment and information as the requirement develops. 1.Administrative Information: a.Company Name b.Mailing Address and Website c.CAGE Code (necessary to do business with the Federal Government) d.JCP Number (necessary to do business with the Federal Government) e.North America Industry Classification System (NAICS) number f.Business size and eligibility under USG socio-economic programs and preference g.Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)? 2.Person Responding to Questionnaire: a.Name b.Title c.Company Responsibility/Position d.Telephone Number/Fax Number e.E-Mail Address 3.Item Description Does your production line currently have a model that would meet the LEUT Type I and/or Type II requirement? 4.Specifications a.Does your production line currently have a model that would meet the LEUT Type I and/or Type II requirement with minor modifications? b.If you have a LEUT Type I currently in production, does it meet Low Velocity Air Drop (LVAD)? c.Has your company ever produced a trailer with the LVAD capability? If so, what was the Model Number? d.What would it take for your company to make the trailer LVAD capable? Please describe the complexity and whether or not it is commercially available. e.What are the rated payloads of your Type I and Type II production models that will meet the LEUT requirement? f.Does your Type I meet or exceed the mobility profile of a Cargo HEMTT (15/25/50/10)? g.Does your Type II meet or exceed the mobility profile of the MTV 5/10-Ton Dump Truck (20/50/30)? h.Do your Type I and/or Type II trailer meet the lunette type towed trailers? i.What is the maximum traveling speed of your Type I and/or Type II on hard roads/trails/off road/over rough terrain? j.Do your Type I and/or Type II trailer have a 12v or 24v standard military vehicle connector, rear blackout lamps and anti-lock brake system interoperable with the prime mover? k.Could Chemical Agent Resistant Coating (CARC) military paint be applied to the surface of your Type I and/or Type II trailer? l.Are there any problems using military lubricants on your Type I and/or Type II trailer? 5.Production History (Supportability and Fleet Maintenance) a.How long have your Type I and/or Type II been in production? b.When was the last time you underwent a product upgrade for your Type I and/or Type II? c.Is there a product upgrade planned in the next five years for your Type I and/or Type II? Please describe the changes planned. d.Have your Type I and/or Type II units ever been sold to any government agency (Federal, State, Local or Foreign)? 6. Availability a.What is the current monthly rate of production for your Type I and/or Type II trailers identified herein? b.What is the production lead time for your Type I and/or Type II trailers after receipt of an order (in days)? c.How much of your production capacity could be dedicated to an Army contract? d.Would Army systems be built on the same production line as those sold commercially? 7.Logistics Support Please state whether or not the following documentation is available with these trailers. a.Operators Manual b.Maintenance Manual c.Trouble Shooting Instructions d.Repair / Spare Parts List e.Illustrated Parts Breakdown f.Required Tool List g.Training Manual h.Schematics of fuel, electrical and hydraulic systems i.COTS manual that covers some or all of the above documentation 8. Estimated Cost What is the current commercial list price for your Type I and/or Type II trailer offered to meet the governments requirement minus military modifications? 9. Supplemental Information Please provide commercial literature and/or price listings for both Type I and Type II which identify your standard product and also identify ALL options which are normally available on your trailers as customer selected features or equipment. If you have provided features as special orders, which you do not have listed as options on your price lists or literature, please identify them and describe the modifications to your trailers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c7d4f634b978c4d9bf613e29e86a7b91)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02219418-W 20100729/100727235740-c7d4f634b978c4d9bf613e29e86a7b91 (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.