Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
MODIFICATION

23 -- Assault Breacher Vehicle, Full-Width Mine Plow & Lane Marking System

Notice Date
4/10/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnette Avenue, Quantico, VA, 22314-5010
 
ZIP Code
22314-5010
 
Solicitation Number
M67854-02-R-1091
 
Response Due
4/5/2002
 
Archive Date
4/20/2002
 
Point of Contact
Mary Lee Schuck, Contracting Officer, Phone 7037844561, Fax 7037844436, - Mary Lee Schuck, Contracting Officer, Phone 7037844561, Fax 7037844436,
 
E-Mail Address
schuckml@mcsc.usmc.mil, schuckml@mcsc.usmc.mil
 
Description
The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for up to five (5) Breaching Packages in the base year and up to fifteen (15) Breaching Packages in option year one, and up to 20 in option year two, to be used as a subsystem for its Assault Breaching Vehicle (ABV). Due to a tight program schedule, no draft RFP is anticipated. Proposals will be due 30 days after release of the RFP. Technical questions may be submitted up to 14 days after release of the RFP. The Marine Corps is interested in acquiring, within the capabilities of the commercial marketplace, the best solution possible, respective of performance, affordability, and other considerations affecting a value-based decision. This effort will be pursued as a Indefinite Delivery, Indefinite Quantity (IDIQ) commercial item purchase, pursuant to FAR 2.1, which provides the standard definition of a commercial item. Standard practices for ?Acquisition of Commercial Items?, as set forth at FAR 12.203, will be applied throughout the process. SCOPE: The Breaching Package shall consist of a Full Width Mine Plow (FWMP) and a Lane Marking System (LMS) and any components necessary for integration, operation and maintenance of these items onto the IPM1 chassis. Effort also requires, integration support, contractor logistics support, technical manuals, and operator/maintainer training. REFERENCES for guidance only: MIL-STD-810F, FED-STD-595B, MIL-STD-129N, MIL-STD-461E, MIL-STD-209J, MIL-STD-P64157, MIL-HDBK-1791, ASTM-G82, and ANSI-Z5354. OPERATIONAL EFFECTIVENESS: Unless otherwise specified, the design, material composition, and manufacturing processes associated with the Breaching Package are the prerogative of the offeror. All physical characteristics of the Breaching Package, inclusive of design, test methods, etc., shall be compliant with best commercial practices. Any product submitted to the government shall comply with performance parameters, functional interface requirements, and specified characteristics. OPERATIONAL AND TECHNICAL COMPLIANCE: All parameters specified as ?objective? are subject to the offeror?s discretion for design/performance consideration, or tradeoff. A synopsis of the Breaching Package performance characteristics include: Performance Threshold Objective Comments Mine/Obstacle Clearance 95% 100% Obstacles defined as simple obstacles Cleared Lane: Dept/Width 10?/13? 14?/15? Plow Speed 8 min 6.5 min Achieve lane width/dept for 200m Soil Silt/Sand Hard Clay/ Hard Silt Lane Marking System N/A N/A Mark both sides of cleared lane Transportability 12 Degree Ramp Angle (when installed on IPM1 tank chassis) 17 Degree Ramp Angle Shipboard Compatibility-traverse ramp angles as stated without dunnage. Must be transportable by rail, truck and C5A/B and C-17 aircraft Survivability 2 Mine Detonations Survive Equivalent of 2- 20 lb Anti-Tank Mine Detonations on Blade/Plow assembly. Provide test results to substantiate claim. PROGRAM MANAGEMENT: Establish a management structure that ensures overall quality of the Breaching Package, as well as assurance of compliance with delivery schedules. Additional Features: Identify any ?value-added? capabilities or features to include additional equipment, products, or other items that are associated with the Breaching Package. PACKAGE INTEGRATION: Describe your ability and procedures to integrate the Breacher Package on the M1 chassis with minor modifications to the M1. SUPPORTABILITY: Based upon the quality and comprehensiveness of the Offeror?s CLS/training/substantiated support/ RAM-D/ safety/publications and conformance to the government?s desired maintenance concept.PAST PERFORMANCE: Describe/Provide relevant examples of products and services comparable to the requirements set forth in this solicitation over the past 5 years. Should address the following sub factors: Delivery Schedule Compliance/Quality of Products and Services/Overall Customer Satisfaction with Products and Services/Depth of Support Base/Management of Technical and Business Aspects of the Company. VERIFICATION: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of all Breaching Package components. The government intends to accomplish limited testing, relying instead upon offeror data to substantiate design quality, manufacturing processes, and performance. Contract award is projected for 4th Quarter Fiscal Year 2002. All future information relative to this procurement, inclduing draft documentation, and release of the Formal RFP document (file download MS Word), will be made available to industry through the MARCORSYSCOM website: WWW.marcorsyscom.usmc.mil/MCSCCTQ/Oppor.htm. It is requested that vendors interesed in this procurement submit the following information to Ms. Mary Lee Schuck at mcsc.usmc.mil: Company name, address, size of business, POC, telephone/facsimile number and e-mail address. A list of those responding to this announcement will be posted on the ABV website.
 
Place of Performance
Address: 2033 Barnett Avenue, Quantico, VA
Zip Code: 22134-5010
Country: USA
 
Record
SN00056570-W 20020412/020410213404 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.