Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

23 -- MINE RESISTANT AMBUSH PROTECTED (MRAP) VEHICLE

Notice Date
12/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
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-M67854-MRAP-0001
 
Response Due
1/15/2004
 
Point of Contact
Peggy Hake, Contracting Officer, Phone (703) 432-3693, Fax (703) 432-3532, - Juan Arratia, Contracting Officer , Phone 7034323705, Fax 7034323532,
 
E-Mail Address
hakepl@mcsc.usmc.mil, arratiaji@mcsc.usmc.mil
 
Description
MARCORSYSCOM is seeking information regarding the capabilities of commercially available off-road and highway capable vehicle platforms capable of providing Marines with ballistic and mine protection. The USMC is investigating the need for a family of Mine Resistant Ambush Protected (MRAP) vehicles to include personnel, cargo and litter carrier variants. Definitions: Vehicle Curb Weight (VCW) refers to a vehicle with a full fuel tank, all Basic Issue Items (BII), no crew, no payload, and no towed load; Gross Vehicle Weight (GVW) refers to vehicle at maximum payload with full fuel tank, all BII and crew (crew includes driver). The MRAP shall have the following threshold ballistic and mine protection capability: Minimum protection of 10 lbs of TNT under the hull of the vehicle and 20 lbs of TNT under any wheel; Protect the crew against 7.62 x 54R B32 Armor Piercing Incendiary (API); Protection from overhead airburst and side protection against fragmentation from 20mm Fragment-Simulating Projectile (FSP) @ 3500 ft/sec (objective 5000 ft/sec) and blast protection against contact-detonated anti-personnel and anti-tank mines; Vehicle should have transparent armor that has protection equal to or greater than that of the ballistic armor on the vehicle; Transparent glass should have gun-ports. The MRAP shall have the following threshold mobility characteristics/capabilities at GVW and full ballistic/mine protection level: Payload capacity 5000 lbs; Range of 275 miles with onboard fuel at GVW at an average speed between 30 and 40 miles per hour; Crew capacity 6 - 10 Marines; Vehicle mobility profile 30 percent primary roads, 30 percent secondary roads, and 40 percent cross-country roads; Fording depth is 30 inches without an adapter kit, and 60 inches with an adapter kit; Vertical step should be equal to or less than 18 inches; Vehicle should be capable of negotiating a 40 percent longitudinal grade in an ascending or descending direction; Vehicle should be capable of negotiating 30 percent side slope; Vehicle should be capable of maintaining a speed of 60 miles per hour on level primary roads; Vehicle should be capable of negotiating a 45 degree approach angle and 30 degree departure angle; In addition the MRAP vehicle is envisioned to be fully NBC capable; a capability for remotely operated weapons system to enable the gunner to load, operate and engage targets from fully protected sanctuary of the armored hull; Vehicle should be easily recoverable and repairable in the field, with modular components that are designed to break away from the vehicle in the case of a blast. Seats should be capable of withstanding the accelerative effects of mine blasts. The MRAP vehicle should have roll protection withstanding a 360 degree rollover and air conditioning capable of operation in desert environments. Firms, which have products with the above capabilities, are invited to submit the following information within their capability statement: 1) Product summary, 2) Complete technical characteristics and test data of the vehicle and its protection capabilities, 3) Pictures/drawings of vehicle, 4) Contract Logistics Support (CLS), 5) Unit price broken down in quantities of 1, 100, 200, 300, 400 and 500. 6) Corporate history including previous DOD experience if applicable. Responses will be reviewed to identify firms potentially capable of fulfilling the Governments requirements. Vendors are requested to submit their Capability Statement to the address below no later than 15 January 2005. This sources sought / Request For Information (RFI) is for planning purposes 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 each page of such restricted or proprietary data and present is as an addendum to the non-restricted / non-proprietary information. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Responses to this RFI shall be mailed to Commanding General, MARCORSYSCOM, Attn: CONTRACTING OFFICER (Code GTES/MT), 2200 Lester Street, Quantico, VA 22134. For further information regarding this RFI or submission of materials, contact the contracting officer, Peggy L. Hake or Captain Juan Arratia at 703-432-3705 or e-mail juan.arratia@usmc.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/Reference-Number-M67854-MRAP-0001/listing.html)
 
Record
SN00739306-F 20050126/050124212305 (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.