Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOLICITATION NOTICE

A -- Ground Engaging Milling/Tilling/Grinding System (GEMS)

Notice Date
2/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery 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-08-R-0013
 
Response Due
3/25/2008
 
Archive Date
5/24/2008
 
Point of Contact
Danny Choice, (703) 325-1714
 
E-Mail Address
Email your questions to US Army C-E LCMC, Acquisition Center - Washington
(danny.choice@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The CECOM Acquisition Center  Washington will be issuing a Request for Proposal using Full and Open Competition on behalf the US Army Night Vision Electronic Sensors Directorate, Countermine Division, Humanitarian Demining Branch for a non-developme ntal Ground Engaging Milling/Tilling/Grinding System (GEMS). The resulting contract will require the contractor to build, test, document, and deliver one non-developmental, field ready, non-flail, mechanical mine clearing system that can detonate and/or d estroy antitank (AT) and antipersonnel (AP) landmines, hereafter referred to as the GEMS. The GEMS shall have the capabilities to neutralize both AT and AP landmines by way of physical destruction and/or detonation employing a ground engaging grinding/til ling/milling type technology. Following a blast equivalent of up to and including 7kg TNT under the implement the GEMS shall be field repairable within 24 hours while working in field conditions. The system must be field repairable using on board basic t ools. Welding and fabrication is acceptable but should be kept to a minimum. The system shall not be flail based. Systems utilizing flails to engage the ground and targets will not be considered for this effort. Flail based technology is defined as tech nology that utilizes hammers attached by chains or cables to a rotating drum to beat the earth. The technology must be mature and have a technology readiness level (TRL) of 7 or higher. TRL 7 definition: System prototype demonstrated in an operational en vironment. GEMS shall have an effective clearance depth of no less than 25 centimeters from the ground surface. This depth must be obtained in a single pass from the system. All landmines buried to a depth of 25 centimeters shall be neutralized by break ing or detonation. The system shall be capable of maintaining the effective depth of 25 centimeters at all times during operations over uneven rough terrain to ensure that all ground to a depth of at least 25 centimeters has been processed and no gaps in operation have been left. The technology must have an effective clearance width of no less than 2 meters per pass. Effective clearance width is the width of the working implement. The vehicle chassis shall be less than the width of the working tool to en sure the chassis is always in cleared ground. It must be able to obtain a clearance rate of 1250 square meters per hour or better while working in medium to soft soils with vegetation ranging from 3 cm or less in diameter. The operators cab must provide protection to the occupants. The system shall have a level of protection sufficient to protect the occupants of the cab from injury in the event of a 7kg TNT equivalent blast. The system may be remotely operated negating the need for occupant safety. If the GEMS is remote controlled the system must be capable of operating in varying terrain to a minimum distance of 500 meters. The remote control system must provide sufficient controls to effectively perform the desired clearance mission. The physical di mensions and weight of the system must not exceed those that would allow the system to fit within one standard 20ft ISO shipping container. The system must be able to do so without any disassembly of the major components of the system. The only disassemb ly permitted would be if the milling/tilling/grinding head was removable then it may be removed for packing into the 20ft ISO container. Both the head and base machine must still fit within one 20ft ISO container while disassembled; the systems must be op erational within 60 minutes if reassembly is required. Spare parts and additional attachments are not included in this requirement and can be packaged and shipped in additional containers as required. The Contractor shall also provide training materi als, training, and system support package. The GEMS shall be capable of engaging the ground with a milling/tilling type technology to physically detonate or de stroy the landmine without incurring major repairs to the system. The operational concept is to be able to operate through a mine field of mixed AP and AT landmines and render the area safe for civilian use post process of all suspected ground. The contr actor will be required to support a Government test at a US east coast destination. The contract will also include an optional requirement for 12 months of logistical support for an Operational Field Evaluation (OFE) in Mozambique. This optional support shall include a system support package sufficient to perform maintenance and system repairs for the 12 month period and on-site support of system repairs and maintenance. The period of performance for this effort is 18 months with an optional 18 month per iod (6 months for Government system movement OCONUS and 12 months for contractor support). The RFP will solicit proposals for a Firm Fixed Price system and Cost Plus Fixed Fee support. The RFP will be posted at the C-E LCMC Interactive Business Opportun ity Page (IBOP) https://abop.monmouth.army.mil/. Interested parties will be required to register at the website prior to accessing the documents. The RFP will be posted under Army Pre-award, C-E LCMC-2007. It is expected that the RFP will be posted on or about 25 March 2008. Potential Offerors should continue to monitor the IBOP for RFP posting and any further updates. Questions and responses should be addressed to: Ms. Patricia Davis, Contracting Officer, Communications  Electronics Life Cycle Managem ent Command Acquisition Center  Washington, 2461 Eisenhower Avenue, Alexandria, VA 22331, email: pat.davis@us.army.mil, reference: GEMS Request for Proposal, W909MY-08-R-0013.
 
Web Link
Interactive Business Opportunity Page (IBOP)
(https://abop.monmouth.army.mil/)
 
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
SN01517160-W 20080228/080226224237 (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.