Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1998 PSA#2217

U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DE), Warren, MI 48397-5000

19 -- MODULAR CAUSEWAY SYSTEMS COMPONENTS (MCSC) POTENTIAL SOURCES SOUGHT DUE 112098 POC Deborah Walker (810) 574-7952 WEB: Click here to view this announcement and Purchase Description, http://www.tacom.army.mil/acqcen/ssn/sources.htm. MODULAR CAUSEWAY SYSTEMS COMPONENTS (MCSC) POTENTIAL SOURCES SOUGHT -- POC: DEBORAH B. WALKER, DUE: 20 NOV 98. The U.S. Army Tank-automotive and Armaments Command (TACOM-Warren), is seeking information from potential sources of non-developmental (NDI) vessels for a potential future procurement of powered and non-powered Modular Causeway Components based on a performance based Purchase Description (PD). The desired systems include Causeway Ferry (CF), Floating Causeway (FC), and Roll-On/Roll-Off Discharge Facility (RO/RO DF). The section level units are both powered and non-powered, and include beaching sections and sea sections with a loading capability of 80PSI minimum. These systems and sub-systems operate in harsh near shore environments in support of U.S. Strategic Mobility requirements for Logistics Over The Shore (LOTS) operations. Each system performs as a stand-alone unit and as part of an interrelated system, which is assembled from the same basic ISO compatible modules and sub-systems. Each of the systems includes sub-systems and components that enhance the functionality of the floatation modules and should conform to the ISO envelope. The MCSC will be equipped with certain required ancillary equipment, such as: anchoring, lighting, personnel protection shelter, safety components, storage, transportability and handling systems. The U.S. Army has an existing inventory of MCSC hardware and sub-systems, with which this newly procured system must be compatible at the modular level. A representative sample of the existing Army ISO compatible floating modules, which are constructed from mild and cast steel weldments, are located at Ft. Eustis, Virginia and will be made available/provided as GFE upon contract award. The current plan is to provide detailed drawings upon solicitation issuance as guidance only. Please review the attached DRAFT Purchase Description and provide comments on the ability of your company to comply with these requirements. In addition, please respond to the attached survey questions. Proprietary information submitted will be protected when so designated. A response to this announcement is not a prerequisite for participation in any future procurement program should such a program develop, nor will data provided be used to qualify prospective offerors for any future solicitations. No reimbursement for any costs connected with providing TACOM with this information will be made. This sources sought announcement is not to be construed as a commitment by TACOM to award a contract, nor is it a Request for Proposal. Potential sources should send the requested information (comments on the PD and responses to survey questions) to U.S. Army TACOM, ATTN: AMSTA-DSA-TA-AQ (Deborah B. Walker), Warren, MI 48397-5000 by 20 Nov 98. No phone inquiries will be accepted. SURVEY INCLUDE: 1) Company Name; 2) Mailing Address; 3) E-Mail Address; 4) Point of Contact (POC); 5) Telephone No; 6) Fax No; 7) Does your company currently produce and/or sell ships, floating docks? Briefly provide a description ofyour company (how long you've been in business, etc.) and the products you offer. If applicable, please attach brochures and/or company literature; 8) List some of the major customers for your products. (include company name, POC and phone no.); 9) The Government would view "Partnering" or "Teaming" arrangements very favorably. Please comment on the feasibility/practicality of such arrangements for this acquisition. Would your company consider teaming or partnering for this acquisition?; 10) What is the minimum economic order quantity for this item?; 11) How feasible do you consider the use of an indefinite delivery/indefinite quantity requirements contract for this item?; 12) What is the production lead-time (from time of contract award to first delivery)?; 13) What is the maximum rate at which these units could be produced?; 14) What is the economic impact, if any, of combinations of different causeway components in the production quantity? Are there any quantity discounts available?; 15) Are there any terms and conditions unique to this industry, which are not normally a part of standard Government contracts?; 16) Please make any suggestions on structuring a potential causeway buy, which would enable the Government/customer to obtain the most favorable terms, conditions, prices and delivery?; 17) What type of warranty is the commercial standard for this industry? Please attach a sample warranty from your company. To view this announcement and the Purchase Description visit website: http://www.tacom.army.mil/acqcen/ssn/sources.htm. Posted 11/04/98 (W-SN268485). (0308)

Loren Data Corp. http://www.ld.com (SYN# 0226 19981106\19-0001.SOL)


19 - Ships, Small Craft, Pontoons and Floating Docks Index Page