Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

25 -- CYCLONE

Notice Date
4/8/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-09-R-0104
 
Response Due
4/23/2009
 
Archive Date
4/23/2010
 
Point of Contact
Elizabeth Stanley, Contract Specialist, (973)724-5369<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Joint Munitions & LethalityContractingCenter Picatinny Arsenal, New Jersey 07806- 5000, on behalf of PM IED Defeat/ Protect Force intends to issue a Request for Proposal (RFP) for for the procurement of commercial Diesel Engine, High-Powered, Air Debris Blower Systems (Debris Blower Systems). The Government requires a debris blower system capable of being mounted on one of the three approved vehicles, namely, the Husky, RG31 MKV, and M939 series 5-ton truck, producing wind speeds at or in excess of 175 MPH at a volume greater than or equal to 10,000 cfm. The Debris Blower System must be capable of running on JP8 or diesel fuel and be rugged, easily supportable and quickly/easily mountable to the front of the military tactical vehicles. Finally, the Debris Blower System must have the capability of being operated remotely from the cab of a military tactical vehicle including the ability to direct air flow within a 180 degree radius, start and stop the engine and adjust the blower speed all from the remote unit. In addition to the Blower Systems, the Government requires a Self Protected Adaptive Roller Kit-Clone Attachment, as well as two (2) Spare Parts Packages. These items will be used to support Solider Training as well as sustainment of existing systems currently being used in support of Operation Iraqi Freedom and Operation Enduring Freedom. The Government intends to fulfill this requirement via a 5 year Indefinite Delivery Indefinite Quantity (ID/IQ) commercial contract with an estimated maximum contract value of $8,324,725.00 and a guaranteed minimum of $500,000.00. It is the Governments intent to award this action on a sole source basis to Buffalo Turbine, LLC, under the authority of FAR 6.302-1(a)(2), Only One Responsible Source. It is anticipated that this solicitation will be posted on the US Army JM&L, LCMC Procurement Network website located http://procnet.pica.army.mil and https://www.fbo.gov/ on or about 23 April 2009. Please note this notice does not constitute a Request For Proposal (RFP). The deadline for all proposals will be 14 days after issuance of the RFP. Note 22. The Point of Contact for this action is Ms. Elizabeth Stanley, Contract Specialist, CCJM-CC, 973-724-5369 elizabeth.stanley@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e2f44871dac4808707fa90f6242799f&tab=core&_cview=1)
 
Record
SN01788887-W 20090410/090408221122-8e2f44871dac4808707fa90f6242799f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.