Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2013 FBO #4199
MODIFICATION

39 -- Heavy Lift Kit for Rescue Operations

Notice Date
5/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
HEAVYLIFTKIT2013
 
Response Due
6/28/2013
 
Archive Date
7/21/2013
 
Point of Contact
Nathan C. Jordan, 508-233-6034
 
E-Mail Address
ACC-APG - Natick (SPS)
(nathan.c.jordan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM) Program Manager, Special Operations Forces Survival Support and Equipment Systems (PM-SOF SSES) at the Natick Soldier Research, Development and Engineering Center (NSRDEC), is conducting a market investigation to identify Heavy Lift Kits capable of lifting up-armored vehicles (45,000 lbs). The lift kits are intended for use by members of the United States Air Force Special Operations Command Pararescue Jumper community. The objective is to acquire a system that is man-portable (lightweight and packable) and easily set up/used by a single operator. The Heavy Lift Kit consists of, but is not limited to, the following requirements: a.Dimensions 12 inches x 12 inches x 6 inches (Threshold), 6 inches x 6 inches x 2 inches (Objective) b.Weight: 30 lbs. (Threshold), less than 10 lbs. (Objective) c.Capable of being carried by a single person. d.Lift Capacity: 45k lbs. 18-20 inches (Threshold), 55k lbs. 20-25 inches (Objective) In addition to the above requirements, the system should have the following characteristics: e.Capable of being set up and employed rapidly. f.Standoff controllable lift capability to increase/decrease load height g.Low operating pressure h.Operational in varying extreme cold/hot temperatures i.Operational at high altitude (minimum 10k MSL) j.Operational when exposed to various hazards such as aircraft/vehicle wreckage and must be able to withstand puncture/fire hazards during operation In your response, please address each requirement (a) through (j) above. Sources capable of satisfying the above requirements should submit product literature to determine level of compliance with the performance objectives and/or a whitepaper/proposal containing the following information: 1) Identification of your company/organization, company point of contact, notification of business size and/or special status. 2) Conceptual drawings/sketches for a heavy lift kit with proposed materials. 3) Description/literature of the proposed system and how it fully or partially meets the requirements. 4) Estimated time to develop and build the first functional prototype for developmental testing and possible further modifications. 5) Estimated cost to develop and build a functional prototype for Developmental and Operational Testing. 6) Any information that may be useful to the successful development/modification of an item that meets the requirements. 7) Other qualifications/technical data relevant to the industrial design, mechanical analysis, development and production of the system should be included. 8) (Optional) Provide a sample system If a firm chooses to submit samples they must pre-coordinate the shipment with the POC below. No payment will be made by the Government for such samples, and the samples will be returned at each company's request and each company desiring to submit or have a sample returned shall arrange for shipment at no cost to the Government. Any information submitted will be controlled and not be returned. When a respondent must include proprietary data in order to fully communicate their product/technology, the respondent must clearly mark and identify any proprietary data that the respondent intends to be used only by the Government for evaluation purposes. Responses to this notice are to be sent to Mr. Jonathan Rich, PM-SOF SSES, ATTN: RDNS-WPS, Bldg 4, Rm D018, Kansas Street, Natick, MA 01760-5019. Submitted information must be provided in both email and hard-copy (include electronic CD or DVD format). This notice is for market research only. Questions regarding this announcement shall be directed to Jonathan Rich at 508-233-5279 or emailed to jonathan.g.rich.civ@mail.mil. The information received under this announcement may be used to purchase items for Government testing and/or prepare a solicitation package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a97ec0093497f038826d67a19baf99b)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03069059-W 20130524/130522235032-9a97ec0093497f038826d67a19baf99b (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.