Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SPECIAL NOTICE

23 -- TARDEC (EBG-SSTAR) is conducting a MARKET SURVEY to identify potential sources and the status of innovative tow bar designs for flat tow recovery of military vehicles.

Notice Date
8/11/2011
 
Notice Type
Special Notice
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV1TOWBAR
 
Archive Date
8/10/2012
 
Point of Contact
Daniel A. Davidson, 586 282 6037
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(daniel.a.davidson12.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The intent of the MARKET SURVEY is to communicate the future test criteria and gather information to assess the readiness of potential tow bar designs to these criteria. The data gathered in the market survey will help define and influence future tow bar requirements. TARDEC is requesting a detailed breakdown of the tow bar's design, to include estimated costs, performance, and timing. There are two goals of this Request for Information. The first is to communicate the tow bar test plan as a baseline expectation of a tow bar's performance and to receive feedback on the test plan. The second is to identify potential sources and the status of innovative designs that address the concerns of cost reductions, ergonomics (decreased weight and improved handling), on vehicle storage, and performance. The test plan focuses on standardization of the methods used to validate new tow bar ratings to ensure its durability of use, but also defines performance criteria. There is no requirement to respond for a tow bar design meeting a specific rating requirement. However, suggested tow bar ratings include 10,000-15,000lbs, 35,000-40,000lbs, 55,000-60,000lbs, 85,000lbs, and 140,000lbs. Provide a description of the overall tow bar assembly, including strength, stowage techniques, and ergonomic improvements relative to weight and handling that support the design. Identify the components of the system; provide the function of each component of the overall system and the interfaces between each component; and provide a description of testing and analysis completed to date on each component and/or tow bar assembly. Provide the individual component costs and overall tow bar assembly cost for three scenarios: 1) prototype cost for system as-is, 2) estimated prototype cost for system meeting tow bar test plan performance, 3) production cost for system meeting tow bar test plan performance assuming 1000 units. RESPONSES: Responses shall include three documents (at a minimum): 1) System description that addresses performance with component and system costs (contractor format acceptable), 2) Completed Tow Bar RFI Response Form, provided as an attachment and 3) 3D Model in Pro/E format or a step file preferred; pictures in.jpg format are required at a minimum. Responses are requested no later than 30 days after announcement post. The Government will begin analysis in the short term following the 30 day submission period. Please address any questions regarding this market survey via email to celeste.r.kozinski.civ@mail.mil and to emily.a.neville2.civ@mail.mil. Include in the Subject line "Tow Bar RFI", your name, phone number and email address to ensure a timely response. Responses will be furnished via e-mail or by phone. Submit unclassified responses to celeste.r.kozinski.civ@mail.mil and to emily.a.neville2.civ@mail.mil. Do not respond with any classified data to these email addresses. A Tow Bar RFI Response Form has been provided to summarize data about the tow bar designs. If your system meets the performance expectations in the tow bar test plan without additional optimization, provide data to support the claim through system specifications, models or previous test results. For instances where the current system does not meet the tow bar test plan performance requirements, provide a technology maturation plan needed to mature the system to meet it. This plan should include specific design and development tasks, cost estimates and any component or system level testing needed to mature the technology to the requirements. The plan should be presented as an Integrated Master Schedule (IMS) compatible with Microsoft Office 2007. Participation in this market survey is completely voluntary. If the Government seeks additional information that is not included in a submittal, TARDEC representatives may contact the participant for further information exchange. Vendor teaming is permitted, but not required. Information developed as part of this market survey may be shared with US Army Research, Development Engineering Command (RDECOM) subordinate commands; Program Executive Office for Ground Combat Systems Program Offices; Program Executive Office for Combat Support and Combat Service Support (PEO CS&CSS) Program Offices; Project Manager for Heavy Tactical Vehicles (PM HTV); and Other Government Agencies (OGAs) (i.e. Office of Naval Research, Marine Corps, etc.). GENERAL INFORMATION: The Government appreciates the time and effort taken to respond to this survey. The 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 Government is willing to accept any PROPRIETARY (e.g., trade secret) 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 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 proprietary (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 Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the 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 government shall also reproduce the asserted restriction legend and any explanatory text. 6. The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as "PROPRIETARY" will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. MISCELLANEOUS: THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF THE AFOREMENTIONED POTENTIAL REQUIREMENT. No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this survey 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 documents exist at this time, and calls requesting a solicitation will not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca6748751d0b5c7fcc80b150d45f90c5)
 
Record
SN02531197-W 20110813/110812000056-ca6748751d0b5c7fcc80b150d45f90c5 (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.