Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
SOLICITATION NOTICE

42 -- P-19R / ARFF - Solicitation

Notice Date
10/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, Virginia, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-13-R-0214
 
Archive Date
12/4/2012
 
Point of Contact
Renee S. Staton, , Richard Baumgartner,
 
E-Mail Address
renee.staton@usmc.mil, richard.baumgartner@usmc.mil
(renee.staton@usmc.mil, richard.baumgartner@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract Data Requirements List (CDRLs) Technical Manual Contract Requirement Performance Specification Statement of Work Request for Proposal Empty It is the Government's intention to procure, via full and open competition, existing commercial vehicles with necessary modifications to meet the requirements identified in the Performance Specification (P-Spec). While the P-Spec provides the performance requirements for the P-19R the following paragraphs identify areas of particular interest to the Government. Firefighting Capability: The P-Spec identifies the required attributes and capabilities of the P-19 Replacement ARFF Vehicle (P-19R). In normal operational use all fire fighting and rescue efforts must be initiated within five minutes of notification of an incident. Firefighting apparatus must be able to initiate fire fighting and rescue operations within five minutes of notification from either a designated hotspot or from the supported airfield ARFF facility. Transportability: The P-Spec states the P-19R should be C-17 transportable. It is also the Government's desire to have a vehicle that is similar in size to the current P-19A and weigh no more than 40,000 pounds while still meeting all other requirements of the P-Spec. Vendors should pay particular attention to the limitations for shipboard and rail transportation in the P-Spec and supporting documentation. RAM: Reliability, Availability and Maintainability are key operational aspects of the P-19R. Vendors must be able to identify if their vehicle systems will be able to achieve the expected level of Material/Operational Availability, Reliability and Maintainability as identified in the P-Spec, based on the specified P-19R operational mission profile. Fire Suppression System: Protection of the crew from vehicle fires is of special interest to the Government. The P-19A Replacement must meet all current applicable Standard NATO Agreements (STANAG), Federal Motor Vehicle Safety Standards (FMVSS), U.S. Department of Transportation (DOT) and National Fire Protection Agency (NFPA) 414 Safety Regulations in effect at the time of production. In addition to meeting the above safety standards, the P-19R will, at a minimum, incorporate an Automatic Fire Extinguishing System (AFES) to protect the crew. If available, a system which combines the capabilities of an AFES and a system designed to prevent and extinguish exterior tire fires may be considered for incorporation into in the P-19R Responses should address the capability for adding such a system to the P-19R candidate vehicle, or identify if such a system is currently commercially offered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M67854-13-R-0214/listing.html)
 
Place of Performance
Address: 2200 Lester Street, PEO-LS, M&HTV, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN02906858-W 20121004/121002235019-d8d1900a3c3da15e5619d269c24e5ce8 (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.