Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2006 FBO #1770
MODIFICATION

23 -- CORRECTED COPY OF SYNOPSIS FOR MINE RESISTANT AMBUSH PROTECTED VEHICLE (MRAP)

Notice Date
9/29/2006
 
Notice Type
Modification
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M67854MRAP
 
Point of Contact
CAPT JUAN ARRATIA 703 432 5006 CAPT JUAN ARRATIA CONTRACTING OFFICER MARINE CORPS SYSTEMS COMMAND E-Mail: juan.arratia@usmc.mil
 
Description
Marine Corps Systems Command intends to issue a competitive solicitation for some or all of approximately 1,200 Mine Resistant and Ambush Protection (MRAP) vehicles for the Marine Corps and other Joint Forces (actual end quantity subject to change based on ongoing discussions regarding quantities required by various Joint Forces Organizations). All vehicles shall meet the following characteristics: protect the crew against 7.62 x 54mm armor-piercing ammunition at 100 yards, protect the crew from overhead airburst and side protection against fragmentation from 155mm shells, protect the crew from a 15 pound anti-tank mine blast any where under the vehicle, protect the crew from a 30 pound anti-tank mine blast under any vehicle wheel, utilize a kerosene-based fuel to include diesel and JP-8, equipped with a 24-volt electrical cranking system and a 24-volt electrical buss capable of powering various military systems. The 1,200 MRAP vehicles will be divided to accomplish the following mission profiles: Category I Urban combat operations to support operations in an urban environment and required to transport no less than six personnel (up to 800 vehicles). Category II Multi-mission operations to supports convoy operations, troop transport, ambulatory, Explosive Ordnance Disposal (EOD), maneuver battalions, combat engineering and required to transport no less than 10 personnel (up to 400 vehicles). Category III supports route clearance missions, EOD operations, and required to transport no less than 12 personnel (up to 64 vehicles). Category III vehicles identified in RFI M67854RFIMPAV shall be pursued separately. The proposed contract will be an Indefinite Delivery (ID) Firm Fixed Price (FFP) contract. The RFP shall allow the Government to award one or multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts to offeror(s) that as a result of evaluation of proposals against to be determined RFP evaluation criteria appear most capable of providing best value to the Government. The minimum quantity o f Category I and II vehicles under the initial IDIQ order shall be a small to be determined (TBD) quantity of vehicles delivered to Government for performance testing. Based on the results of this testing, the Government may then issue an order or multiple orders under the IDIQ contracts for production of the remaining Category I and II vehicles. Award will be made on the basis of the following factors: technical performance, delivery schedule, price, and past performance. Offerors shall be required to submit (as a minimum) a technical, production, and cost proposal that addresses the capability to produce either or both Category I and/or II vehicles at the specified quantity, meeting the required performance specifications and quality standards, within the required delivery schedule. The technical proposal shall include test (preferred from a Government test site) or analytical data supporting the offeror?s ability to meet performance requirements, particularly in the area of survivability. The notional draft schedule for the competitive Category I and II vehicle acquisition is as follows: RFP release Oct 06, Receipt of proposals Nov 06, Award of IDIQ contract(s) Nov/Dec 06, Deliver of Vehicles for Test Jan/Feb 07, Government Testing Feb/Mar 07, Award IDIQ orders for remaining vehicles, Mar 07. The Government intends to release an RFP within the next 45 days.
 
Record
SN01158368-W 20061001/060929221230 (fbodaily.com)
 
Source
FedBizOpps 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.