Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOURCES SOUGHT

23 -- Medium Mine Protected Clearance Vehicles

Notice Date
8/26/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-04-Q-0008
 
Response Due
9/13/2004
 
Archive Date
11/12/2004
 
Point of Contact
Peggy Melanson, 703-325-6096
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(peggy.melanson@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Communications-Electronics Command (CECOM) Acquisition Center-Washington (CAC-W) on behalf of the Program Manager, Close Combat Systems, Countermine Division is soliciting informational white papers for procurement of two hundred (200) M edium Mine Protected Vehicles (MMPV) used in point, route and area clearance of mines and Improvised Explosive Devices (IED). The vehicles are used primarily to safely transport Soldiers and equipment while in deliberate search of hazardous explosive mate rials and supervise those operations that render the hazards safe. The proposed solution is intended for use in current and future Engineer and Explosive Ordinance Disposal (EOD) force structures for point, route, and area clearance operations. This Requ est for Information (RFI) is issued to assess the current production schedule and cost for non-developmental items that satisfy the Government requirements. This is not a developmental effort. The objective of this request is to survey potential non-deve lopmental vehicle solutions that provide protection and survivability to the Soldiers while conducting deliberate search of hazardous explosive materials and supervise those operations that render the hazards safe. Information should include, but is not l imited to: availability or production schedule; cost; mine blast protection under wheels and centerline; ballistic protection from direct and indirect fire; nuclear, biological and chemical (NBC) protection; weapons; crew size; curb weight; payload; range; length; width; height; ground clearance; air conditioning; speed; vertical step; fording depth; engine model; engine horsepower; engine torque; tire type; design considerations that lead to quick repair after a mine/IED strike. The medium mine protected vehicle shall be transportable by a C-130 aircraft. The MMPV shall be capable of transporting 8-10 Soldiers and can be modified to carry 4-6 Soldiers and an EOD robot. The MMPV shall be capable of operating both on-road and off-road and in all types of w eather conditions and terrain. The proposed MMPV shall be capable of withstanding a mine blast of 15 pounds along the centerline without injuring the crew. The MMPV shall be capable of withstanding a mine blast of 15 pounds under any wheel without injuri ng the crew. The MMPV shall be designed to be repairable after a mine blast. The MMPV shall provide ballistic protection against 7.62 mm ball ammunition. It is desired that the MMPV provide ballistic protection against 7.62 mm armor piercing (AP) ammuni tion. The MMPV shall be upgradeable to provide NBC protection. The white paper shall be no longer than 5 pages and shall include production schedule capabilities and a rough order magnitude (ROM) cost estimate for 200 vehicles. Separate ROM cost estimat es shall be submitted for ballistic protection from 7.62 mm ball ammunition and for 7.62 mm AP ammunition. In addition, validation of the mine blast and ballistic capabilities shall be supported by independent test and verification and should be included in the white paper. The white paper limit of 5 pages excludes attachments for test data and ROM information. The data received in response to the RFI will be used for information purposes only and does not, in any way, mandate or impose requirements. PM CCS does not intend to award a contract on the basis of this RFI or otherwise pay for information solicited herein. It is highly desirable for the Government to receive unlimited rights to the data provided, however, it is recognized that proprietary data may be included with the information provided. If this is the case, proprietary data must be clearly marked as such and separated from the unrestricted information as an addendum. Proprietary information will be protected. All responses to this request for information shall be submitted by COB 10 September 2004. Responses must be submitted via electronic mail to Ms. Peggy Melanson, Contracting Officer at peg gy.melanson@cacw.army.mil. The email subject line should include the phrase Vendors Name_MMPV Research Response. Questions pertaining to this announcement may also be submitted via email to Ms. Melanson. No telephonic questions or requests will be honored. Written replies, responses or evaluations of the white papers may not be provided.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00655658-W 20040828/040827094649 (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.