Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOURCES SOUGHT

23 -- AMCS Production Phase Market Research

Notice Date
2/22/2007
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-07-R-AMCS
 
Response Due
3/26/2007
 
Archive Date
5/25/2007
 
Small Business Set-Aside
N/A
 
Description
The US Army Communications-Electronics Life Cycle Management Command, Acquisition Center Washington is seeking sources on behalf of the US Armys Office of the Project Manager Close Combat Systems for the procurement of thirty-three non-developmental area mine clearance systems (AMCS) over a twelve month period, technical manuals, instructor training, an initial level of repair parts and supplies and interim contract logistics support. These medium flail systems will be part of the Area Mine Clearanc e Family of Systems (FoS). The following criteria must be met and supported by verifiable test data. Mechanically destroy or detonate all types of anti-tank mines and anti-personnel mines, including simple pressure, doctrinally employed, non-hardened AP and AT mines; neutral ize 80-percent of these mines in an area or along a route in a single, 3 meter wide pass in the manned mode; protect the operator/crew from all mine blasts; penetrate undisturbed, dry soil composed of clay or clay mixture to a depth of 100-300mm (threshold ), 1000mm (objective) while maintaining a minimum ground speed of 400-800m/hr; traverse complex, urban terrain and a 20-percent up slope, down slope and 10-percent side slope without roll-over (threshold), 25-percent/15-percent (objective) ; withstand the effects of one AT mine detonation (15lb TNT equivalent ) under the flail head assembly during flailing operations without sustaining battle damage that is not repairable within 60 minutes 90-percent of the time with available tools, replacement parts and m aintenance personnel (threshold), 5 blasts (15 lbs TNT equivalent)/30 minutes repairable / 90-percent of the time; shall withstand the effects of an AT mine detonation (15lb TNT equivalent) under any portion of the platform without sustaining battle damag e that is not repairable within 12 hours, 90-percent of the time with available tools, replacement parts and maintenance personnel (threshold) / one AT mine detonation (30lb TNT equivalent)/4 hours repair time/90-percent of time (objective); flail head sha ll be able to withstand the effects of two BLU 97, MK118, M42 and/or M73 sub-munitions with no significant degradation to mission effectiveness (threshold)/ ten BLU 97, MK 118, M42 and/or M73 sub-munitions with no significant degradation to mission effecti veness (objective). Significant degradation to mission effectiveness is damage that is not repairable within the time frame stated in the previous criteria; have the capability for the operator to immediately stop the system and flailing mechanism; Be tra nsportable by rail, sea lift, highway (M870 trailer) and aircraft ( C-5, C-17 and U.S. Air Force C-130) and be capable of being configured for transport in less than 2 hours for any transport mode; Be transportable on a single U.S. Air Force C-130 aircraft without major disassembly or shoring equipment that is not standard to the flail itself; and be capable of operation in ambient temperatures ranging from positive 32 degrees F to 135 degrees F; Shall be capable of completing 2 hours of flailing with a 90- percent probability of not experiencing a System Abort (threshold)/ 2 hours flailing, 97-percent probability of not experiencing a System Abort (objective); The Maintenance Ratio (MR) shall be less than 0.30 Maintenance Man-hours per Operating Hour (MMH/OH ) including PMCS (threshold)/less than 0.10 MMH/OH including PMCS; shall operate with multi-fuels JP8 and diesel.; shall survive storage and transportation in temperatures ranging from negative 50 degrees F to positive 160 degrees F, IAW AR 70-38, table 2. 2 (Research, Development, Test and Evaluation of Materials for extreme climatic conditions); shall be capable of being operated by personnel while wearing appropriate clothing to include Mission Oriented Protective Posture (MOPP) Level 4, the highest level of protection during a chemical or biological strike. This clothing includes a protective mask, mask carrier which contains a technical manual, spare parts and nerve agent antidotes, over-garments and gloves and over-boots; shall provide adequate space in cab to mount Single Channel Ground and Airborne Radio System radio and its mounting bracket, 24 volt power connection and prov isions to connect and mount an external antenna . A 24-volt electrical system shall be furnished in accordance with FMCSR 393.27 through 393.33. The electrical system shall provide sufficient amperage to operate all electrical components of the vehicle si multaneously, to include lighting, and power to the communications equipment, as well as charge the battery. Communications equipment mounting provisions. The vehicle shall have sufficient allocated volume, electrical connections (i.e. power distributio n center) with adequate power, and antenna conduit/wiring provisions for a communications rack capable of mounting military communications located in a place that is accessible but does not interfere with visibility, ingress, or egress from the vehicle for following equipment: Communication device, amperage draw (24 v)?; and Single Channel Ground and Airborne Radio System, 20 amp (R68044: VRC-90F). The alternator output shall be sufficient to simultaneously power all the communications equipment as well as all the vehicles automotive power needs (interior and exterior lighting, windshield wipers, etc.). Provisions shall also be made for external mo unting of each required antenna and the routing of wiring to the communications mounting location. Responses are welcome from responsible sources that can provide verifiable data to demonstrate they can provide thirty-three non-developmental area mine clearance vehicle systems which meet the above criteria over a twelve month period, technical manuals, instructor training, an initial level of repair parts and supplies and interim contract logistics support. Responses should be in English and include detailed specifications of the AMCS; capabilities for production, training and logistics support; relate d experience; a copy of verifiable test reports of the AMCS (test reports must also be in English) and a Rough Order of Magnitude. Responses should be no longer than 15 pages, however, please note this page limitation does not include the page count for s ubmitted test reports. The data received in response to this RFI is for information purposes only and does not mandate or impose requirements. It is desirable that data be received with unlimited rights to the Government. However, we recognize that propr ietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Responses are to be received via email no later than close of business o n 26 March 2007. All requests for further information must be in writing or via email, telephone requests for additional information will not be honored. Responses are to be sent to Ms. Maureen Parsons, Contract Specialist, at the following e-mail addres s: maureen.parsons@cacw.army.mil. Response emails should include the following subject: Contractors Name AMCS Production Whitepaper. Acknowledgement of receipt will be issued.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01236979-W 20070224/070222220942 (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.