Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
SOURCES SOUGHT

23 -- SOURCES SOUGHT FOR ARMORED TROOP CARRIERS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. POTENTIAL SOURCES CAPABLE OF MEETING THE REQUIREMENTS ARE ENCOURAGED TO COMPLETE THE MARKET SURVEY.

Notice Date
1/24/2008
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-08-R-0330
 
Response Due
2/29/2008
 
Archive Date
4/29/2008
 
Point of Contact
Betty Haass, 810-574-5830
 
E-Mail Address
Email your questions to TACOM - Warren Acquisition Center
(elizabeth.haass@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army TACOM Life Cycle Management Command is issuing this Sources Sought Market Survey for a potential requirement for Armored Troop Carrier Vehicles for the Government of Afghanistan. Contractor responses to this market survey are for infor mation and planning purposes only. This market survey does not constitute a request for proposal nor is it to be construed as a commitment by TACOM to purchase or pursue the materials and services offered. Responses are voluntary and no reimbursement wil l be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Nothing contained herein should be regarded as basis upon which to seek payment, reimbursement or other consideration f rom the Government. The potential requirement is for 500 each, squad-sized (8 - 12 PAX) Armored Troop Carrier Vehicles. These armored vehicles will have NATO STANAG Level 2 Armor along with a V-hull. Vehicles will also have the capability to carry mounted machine gins (PKM or NSV) and fighting ports. This sources sought synopsis is not intended as a solicitation of any proposal and submissions of any unsolicited proposal based on this announcement will not be given consideration. All responses to this announcement are due NLT February 29, 2007 (early submissions are acceptable), should be as concise as possible, and should be sent via email to Contract Specialist, Betty Haass at elizabeth.haass@us.army.mil Please direct all questions or comments regarding this announcement to Betty Haass at 586-574-5830, or email at elizabeth.haass@us.army.mil MARKET SURVEY QUESTIONS Potential Procurement - Armored Troop Carrier (FMS) A. Please provide the following in formation from your firm: Company Name Address, Telephone Number Fax number: E-Mail Point of Contact information Indicate your business type (i.e. small business, small disadvantaged business, HUBZone business, or a Woman Owned S mall Business B. Does your company have past or current military programs? If yes, explain. For all current or past contracts deemed relevant, provide the following information: " Company/Division Name (CAGE) " Contracting Agency/Contr act Number " A brief description of the contract effort, indicating whether it was developmental and/or production effort " Type of contract " Period of Performance " Original Contract Dollar Value and Current Contract Dollar Value " Origina l Completion Date and Current Completion Date C. Provide a description to demonstrate that your proposed vehicle's ability to meet the specifications shown below. Please address all 66 elements. 1. Armored Vehicle that meets STAN AG 4569 Level 2 armoring capable of carrying 8 to 12 personnel 2. Vehicle must posses a V-shaped hull 3. Troop carrying area must meet STANAG 4569 Level 2 armoring 4. Light package (headlights, turn signals, tail lights, and brake lights) 5. Power windshield wipers with washer and 2-speeds 6. Exterior rear view mirrors 7. Spare tire assembly with vehicle mount not interfering with mounted equipment 8. Tire changing tools 9. Lifting jack, w/ minimum capacity of vehicl e GVW 10. NATO slave start ability, with NATO jumper cables 11. Tow cable/strap at least 7.5 meter long, rated at a minimum of 12,500 kgs. 12. Fire extinguisher, ABC type, minimum 4.5 kilogram capacity 13. Vehicle shall have push button ign ition, provisions to lock steering wheel w/ padlock, and door hasps for locking all compartments. Padlocks shall be provided for all doors and be identically keyed for each vehicle. Integral OEM keyed ignition, steering column locks and door locks shall be disabled 14. Rear wheel fenders and mud flaps shall be provided 15. Two (2) 20-liter jerry cans with mounting provisions. Mounting will not impede carg o deck or mounted equipment 16. Tow bar, capable of towing any like vehicle, without damage to either vehicle. Tow bar storage shall not impede cargo deck or mounted equipment 17. Minimum 24-unit first aid kit with metal case 18. Standard tool kit for operator level maintenance and any tools for operation of mounted equipment 19. Three (3) red emergency triangles 20. Manuals will be in Dari and English 21. Vehicle rating shall be the manufacturers published cross-country/off road ra ting including mounted equipment 22. Vehicle shall have a turbo-charged diesel engine capable of performing as specified on high sulfur diesel (up to 5%) 23. Engine shall have cooling system and air-filter designed for dusty environment 24. 4 X 4 vehicle 25. Each axle shall have lockable differential or equivalent traction control. Traction control shall be engaged automatically or by driver without leaving the driver position 26. Two-speed transfer case 27. Fully synchronized manual transmission 28. Left hand drive, full power steering 29. Four separate brake systems; service, emergency, parking and relief (i.e. engine/exhaust) 30. Service brakes shall be dual circuit air brake system with air dryer 31. Tubeless off-r oad radial tires 32. All tires shall be the same size, load rating and tread design. All wheels shall be interchangeable, including spare tire and wheel 33. 24 volt system/ 24 volt charging system with min 60 amp alternator 34. NATO slave star ting receptacle 35. Overall vehicle width shall not exceed 2.6 meters, excluding mirrors due to Afghan road with limitations 36. Vehicle shall be able to operate in temperatures ranging from -25 to 120 degrees F 37. Vehicle shall be able to for d minimum of 60 cm without fording kit 38. Parking brake shall hold 30% longitudinal slope 39. Maintain minimum speed of 48 kilometers per hour on 2% grade 40. Operate on sandy roads at average speed of not less than 35 KPH 41. Operate off- road over rocky, mountainous terrain 42. Operate in narrow urban areas 43. Climb/descend a 40% longitudinal slope 44. Operate on 30% lateral slope 45. Operate from integral fuel tank for 500 kilometers on highway surfaces at an average spee d of 60 kph 46. Maintain a speed of at least 75 kph on level highway 47. Braking vehicle to complete stop within 10 meters from 32 kph 48. Exterior color shall be dark green, matching current ANP fleet 49. Driver compartment shall be STANAG 4569 Level 2 armoring 50. Driver compartment shall accommodate driver and at least one troop commander/TC/Gunner 51. Driver compartment shall include weapons mounting turret 52. Seatbelts for all occupants 53. Manual roll-down windows 5 4. Radio mounting system must be able to support one (1) MDM25KHF9ANF-E Motorola GM 360 Mobile, Select 5, VHF Radio, w/STDACC ADDS mobile accessories, ANTENEX CW6123 09021105F01 Connector BNC Male 55. Weapons rack accommodating crew's weapons 56. Air-conditioning and heating system 57. Minimum of Eight (8) personnel and gear including armored capsule. Capsule shall provide seating for 8 to 12 personnel 58. The troop compartment will have fight ports available so all personnel in the compart ment can fire their weapons 59. The troop compartment will have as a minimum STANAG 4569 Level 2 armoring 60. A ring and bearing type mount with continuous 360 degrees rotation and capability for machine guns up to 12.7 x 108mm shall be mounted on the roof and operable by the gunner(s) while vehicle is in motion 61. Weapon mount(s) shall be through the roof and shall be equipped with an armored lockable hatch 62. A weapons pintle will be provided to accept the PKM 7.62mm machine gun 63. A weapons pintle will be provided to accept the NSV 12.7 mm machine gun 64. The vehicle must have a low Mean Time to Repair and low Maintenance Ratio 65 . The contractor shall provide the average life cycle cost per vehicle based on a XX year service (identify number of years) 66. Training for the Vehicle operator must take one week or less D. Please provide Rough Order of Magnitude (ROM) pricing a nd production lead time/rate for your proposed vehicle to elizabeth.haass@us.army.mil by 29 Feb 2008.
 
Web Link
Betty Haass, Contract Specialist
(http://www2.fbo.gov/spg/USA/USAMC/DAAE07/W56HZV%2D08%2DR%2D0330/elizabeth.haass@us.army.mil)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN01491926-W 20080126/080124224205 (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.