Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOURCES SOUGHT

23 -- HMMWVA2 Tactical Trailer

Notice Date
6/23/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
Reference-Number-TacTrailerRFI-001
 
Response Due
8/29/2003
 
Archive Date
9/13/2003
 
Point of Contact
Terence McGinn, Contract Specialist, Phone (703) 784-2242 x 5005, Fax (703) 784-4287,
 
E-Mail Address
mcginntj@mcsc.usmc.mil
 
Description
The Marine Corps Systems Command is seeking any commercial sources capable of manufacturing a new generation of tactical trailers. The trailers will include a (1) chassis variant, (2) flatbed variant, and (3) cargo variant. The production line shall incorporate a common chassis design as the chassis variant and shall be the building block for the other two variants. The flatbed and cargo variant will have a permanent flatbed assembly; the assembly of side rails, bows, and canvas on the flatbed trailer shall produce the cargo variant. Commonality in parts between all three variants is an objective. The new trailer system shall meet the mission needs and environmental conditions required by Operating Forces and must provide technical commonality with the HMMWVA2 to include the following characteristics: The overall width of the trailer shall not exceed 86 inches with a center axle ground clearance of at least 15.30 inches. The trailer shall be designed to track behind the HMMWVA2; therefore, the distance from the center of the left tire to the center of the right tire shall be 71.6 inches with the ability to use either the standard 16.5-inch wheel associated with the HMMWVA2 or a 17-inch wheel. The minimum cargo bed length is 100-inches, with a minimum cargo bed width between wheel fenders at least 36-inches. The trailer shall have a 30-degree minimum angle of departure and must possess a tongue weight that will not exceed 420 pounds. The HMMWVA2 has a maximum 4,200 pound towed load capacity. The trailer will have a minimum (threshold) 2,800 pound payload capacity with a (objective) 3,050 pound payload capacity as a design goal. All variants of the trailer shall have a 60-inch fording capability and blackout lights. The braking system can be hydraulically activated or waterproof electrical assist. The trailer shall have a parking brake, be wheel jack capable and have rear-stabilizing legs. The trailers shall maintain on-road and cross-country speeds with the HMMWVA2s performance characteristics (pavement ? 45mph, improved surface ? 25mph, and off road ? safety dependent) without jeopardizing trailer or cargo. One of the trailer variants shall include a capability for easy cargo loading for a military motorcycle and/or ATV. The chassis variant will have an ?on center? rib spacing. Future scalability design considerations include ability to adapt for a 200 gallon water/fuel pod with pump option for flatbed variant and a rail mounting system for the tactical quiet generator (TQG) family ? reference: www.pm-mep.army.mil. Additionally, the capability for a basically trained automotive mechanic to add on a dual axle, tilt able self-loading & unloading capability, and quick install/removal brackets for motorcycle transport also represent future possible endeavors with the next generation trailer program. Commercial firms, which have products with the above characteristics, are invited to submit the following: (1) Product brochures or marketing materials outlining specifications, to include a statement of capabilities, (2) current GSA contract information regarding unit; technical, operator, maintenance and parts manuals; warranty; Contract Logistics Support (CLS) and schedule pricing/or commercial catalog pricing based on 500, 1000, 5000, 8,000, and 10,000 units and (3) corporate history. As part of your response, please include information on delivery/lead time (units per month), commercial warranty terms and conditions, worldwide CLS capabilities and any current GSA or other Government Wide Agency Contracts available to order the supplies. Responses will be reviewed to identify firms potentially capable of fulfilling the Governments requirements. This sources sought / Request For Information (RFI) is for planning purposes only and shall not be construed as a Request For Proposal or as an obligation on the part of the Government to acquire follow-on acquisition. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for the information requested. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and Government use of such information. The Government recognizes that proprietary data may be part of this effort. If so included, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. NO E-MAIL RESPONSES WILL BE ACCEPTED. Responses to this RFI shall be mailed to Commanding General, MARCORSYSCOM, Attn: GTES ? T.J. McGinn, 2200 Lester Street, Quantico, VA 22134 no later than August 29, 2003. For further information regarding this RFI or submission of materials, contact the Contracting Officer, Mr. McGinn, at his new phone number:(703) 432-3596, e-mail: mcginntj@mcsc.usmc.mil.
 
Record
SN00354900-W 20030625/030623214017 (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.