Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2002 FBO #0173
SOLICITATION NOTICE

16 -- PLATFORM FOR ENHANCED CONTAINER DELIVERY SYSTEM (ECDS)

Notice Date
5/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-02-R-0014
 
Response Due
7/8/2002
 
Archive Date
8/7/2002
 
Point of Contact
Scott Tyler, (508) 233-4339
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(scott.tyler@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Soldier Biological and Chemical Command, Soldier Systems Center (SBCCOM-SSC), Natick, MA, has a requirement for a new platform capable of supporting aerial delivery combat loads weighing up to 10,000 lbs as part of the Enhanced Container Delive ry program for airdrop operations from an altitude of 500 feet above ground level (AGL) using gravity release airdrop techniques. The ECDS platform must have dimensions of 108 inches by 88 inches and be compatible with 463L rail and lock systems as curren tly equipped on US Air Force (USAF) cargo aircrafts. The ECDS platform must be forklift able, helicopter sling loadable, have load tie-down provisions and allow for platform suspended airdrop. The platform shall be simple in design, maintenance, operatio n, and potential for refurbishment. The ECDS platform shall have the following capabilities: (1) Compatible with Aerial Delivery System (ADS) and Dual Row Logistics System (LS) rails and locks (463L system compatible) as currently equipped on USAF fixed w ing aircrafts, (2) Sling load compatible with rotary wing aircraft and forklift able (4-way forklift capability is preferable), (3) Provide rigged weight capacity of 10,000-lbs for single or modular loads, (4) Platform suspended airdrop capable at maximum rigged weight, (5) Compatible with Army materiel handling equipment (MHE), and USAF cargo aircraft and aerial port ground support cargo MHE, (6) Capable of gravity release airdrop from an altitude of 500 feet AGL, at 140 to 150 knots indicated air speed (K IAS). Capability to support future upgrade for parachute extraction airdrop is desirable, (7) Allow for appropriate in-flight load restraint for aerial transport, (8) Lightweight and reusable 12 times (threshold) and 25 times (objective), (9) Compatible wi th standard combat off-load procedures of existing 463L cargo system (10) Supportable by the standard Army logistics system, and maintainable by MOS 92R rigger personnel at organizational level, (11) Cargo tie-down provisions to allow for efficient load pl acement and rigging, (12) Capable of storage in the same climate categories (hot, basic, and cold as defined in AR 70-38, Research, Development, Test And Evaluation Of Materiel For Extreme Climatic Conditions) as current airdrop items, (13) Deliver loads i n fully mission capable (FMC) condition with minimal or no modification to standard airdrop rigging, (14) Must not degrade the overall performance of current airdrop operations. The objective of this solicitation is to identify, acquire, test and evaluate platforms that meet above requirements. To be considered, offerors shall submit proposals with supporting analytical or test data and drawings of their product. The proposals and data submitted will be evaluated to determine the products ability to meet a bove requirements. Offerors of proposals that are determined to be acceptable after the initial evaluation and within the competitive range will be awarded a FFP purchase order to deliver 2 (minimum) to 10 (maximum) sample platforms for testing and evaluat ion. The Government anticipates multiple awards for platforms to test and evaluate. These platform samples will undergo evaluation by Army users for fit, form and function, and will also be subjected to static and dynamic ground testing as well as airdrop testing. After testing and evaluation, a down-select will be conducted by an Integrated Product Team (IPT) to determine a single offeror to be issued an Cost-Plus Incentive Fee (CPIF) IDIQ contract to deliver 10 (minimum) to 100 (maximum) ECDS platforms. These platforms will be subjected to Developmental/Operational Testing (DT/OT) to determine if they satisfy all performance requirements identified in the RFP. Contract will contain a FFP option for the delivery of a Technical Data Package (to include comp lete drawings and detailed specifications). Upon completion of DT/OT testing, Optional FFP Production Delivery Orders CLINS will be exercised to meet the Army's estimated fielding of 50 (minimum) to 1,500 (maximum) ECDS platforms. All interested firms, regardless of size, are encouraged to respond to this solicitation. Proprietary information will not be disclosed outside the U.S. Government. This acquisition wil l be conducted on a full and open/unrestricted competitive basis. NAICS Code is 332999. Any concern employing 500 or fewer employees is considered a small business. This acquisition will utilize best value source selection. The Best Value Source selectio n will be based on the following factors: Technical, Management, Cost/Price, Past Performance, and Small and Small Disadvantaged Business Utilization. Technical is the most important factor. It is more important than Management, which is equal in importanc e to Cost/Price. Past Performance is less important than Management and Cost/Price and more important than Small and Small Disadvantaged Business Utilization Factor. The Request For Proposal (RFP) will be posted on the Natick Acquisition Web Site: https:// www3.natick.army.mil on or about 6 June 2002 under Business Opportunities/Upcoming Acquisitions. The due date for receipt of RFPs will be 8 July 2002. All questions and/or inquiries must be submitted either by facsimile or E-mail, TELEPHONE CALLS WILL NOT BE ACCEPTED. E-mail address is Scott.Tyler@natick.army.mil or Pamela.Burleson@natick.army.mil. Facsimile number is (508) 233-5286.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00081154-W 20020524/020522214040 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.