Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

25 -- Market Survey for a Linear Demolition Charge System (LDCS) for the Assault Breach Vehicle (ABV)

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV09R0563
 
Response Due
7/8/2009
 
Archive Date
9/6/2009
 
Point of Contact
Lori Finchem, 5865748232<br />
 
E-Mail Address
TACOM - Warren Acquisition Center
(lori.finchem@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey for a Linear Demolition Charge System (LDCS) for the Assault Breach Vehicle (ABV) GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. The U.S. Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as CONFIDENTIAL under this statute. Pursuant to this statute, the U.S. Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) CONFIDENTIAL with any explanatory text, so that the U.S. Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as CONFIDENTIAL may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the U.S. Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the U.S. Government will not be protected once in the public domain. Data already in the possession of the U.S. Government will be protected in accordance with the U.S. Governments rights in the data. 4. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for portions only of an electronic file, use the restrictive legends CONFIDENTIAL DATA BEGINS: and CONFIDENTIAL PORTION ENDS. 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text. 6. The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the Respondents marking of data as Confidential will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. DESCRIPTION OF INTENT: THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING PERFORMANCE REQUIREMENT. No contract will be awarded from this announcement. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. Also, it is not a request seeking contractors interested in being placed on a solicitation mailing list. Response to this questionnaire is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. PERFORMANCE REQUIREMENT: The purpose of this questionnaire is to obtain information on commercial industry capability to satisfy U.S. Army and U.S. Marine Corps requirements for a Linear Demolition Charge System (LDCS) for the Assault Breacher Vehicle (ABV). The requirement will be achieved in a single step versus an evolutionary series of steps. The ABV is a tracked combat engineer vehicle for the Marine Air Ground Task Force & Army Heavy Brigade Combat Team (HBCT). It is designed to breach minefields & complex obstacles and provide in-stride breaching capability to maneuver forces. It is a new capability in the 2nd generation HBCT Combat Engineer Company. It consists of an M1A1 Abrams tank hull, linear demolition charge system which employs two M58 Linear Demolition Charges and two MK22 Rockets mounted on a fabricated turret controlled by a Linear Demolition Charge System (LDCS), various front end equipment, an Integrated Vision System (IVS), and a 2-lane marking system. It is operated by a crew of two Soldiers/Marines. The LDCS must meet the following performance requirements: 1. The LDCS shall be mounted onto the ABV and allow for maintenance access to the vehicle and demolition charges. The LDCS mounting system shall be incorporated into the Jettison subsystem. The Jettison subsystem shall be mounted to the turret subsystem, which rotates +90 and 90 degrees from normal turret forward direction to allow for access to rear hull hatches. 2. The LDCS shall use two M58 Linear Demolition Charges and two MK22 rockets. It shall be able to control the operation of and be able to mount to the line charge system on the ABV but is not comprised of them. 3. The LDCS shall use a control box to operate the system from under armor. The control box shall operate either the left or right side system, and shall be controlled by the ABV commander. The control box shall independently control either LDCS, but not both at the same time. The LDCS control box shall, at a minimum, provide a visual indication to the commander that the LDCS has functioned properly. 4. The LDCS shall incorporate an independent lock out to prevent accidental actuation of the LDCS or actuation of the system when the MK22 rocket is not properly elevated. 5. The LDCS shall survive the materiel-damaging effects of Nuclear Biological Chemical (NBC) contaminants and decontaminates. The LDCS shall be decontaminable to negligible risk levels to reduce NBC Hazards to personnel operating and maintaining the system. 6. The LDCS subsystem shall be operated with the turret at 0 degrees from the longitudinal Axis of the vehicle [normal turret forward direction]. The LDCS shall elevate the MK22 rocket to a pitch angle of 45 degrees, +/ 2 degrees relative to the vehicle. 7. The LDCS shall require no more than 20 seconds (threshold), 10 seconds (objective) to completely elevate the MK22 rocket. 8. The LDCS shall require no more than 45 seconds (threshold), 25 seconds (objective) to completely function and detonate the explosive. 9. The LDCS shall be based on non-developmental item (NDI) components and weigh no more than 6,500 pounds. 10. All external mechanisms and electronic components of the LDCS must be watertight/waterproof to preclude damage during deep-water fording operations. 11. The LDCS will be compatible with other 24-volt military vehicle electrical systems. 12. All internal and external components of the LDCS shall be furnished with identification information printed on corrosion resistant, metallic data plates in accordance with ANSI Z535.4. Registration numbers and markings shall be block style lettering, in a location readily visible. 13. Material selection, paint finishes and processes shall avoid use of toxic chemicals, hazardous substances and ozone depleting chemicals for production, maintenance, repair, operation, shipping, handling and reclamation. 14. All parts having the same manufacturers part number shall be interchangeable. 15. The LDCS shall be painted in accordance with MIL-P64159 Type II, Water Reducible Chemical Resistant Coating. 16. The LDCS shall be able to operate during all types of climatic and weather conditions without degradation, including rain, snow, hail, ice, fog, dust, sand, and high humidity. The operating temperature range of the LDCS shall be -25o to +125oF. The LDCS shall, with normal prescribed maintenance, be capable of operating without degradation in an environment where there is a 5% +/- 1% concentration of salt fog. It must be able to be operated and stored in environments where there is blowing sand and dust particles. The LDCS shall, with normal prescribed maintenance, be resistant to the corrosive effects of a severe marine atmospheric environment consisting of seawater splash and spray, and occasional seawater immersion during operation, transport, and storage. 17. The LDCS design shall use the guidance in the American Society for Testing and Materials (ASTM) G82 to determine materials compatibility. 18. All LDCS components shall meet the requirements of MIL-STD-461E for radiated emissions RE 101, and RE 102, and susceptibility RS 101, and RS 103 to the extent possible. Deviations from the stated standards shall be identified. 19. The design of the LDCS shall be user friendly whereby the required skill sets for operation and maintenance do not exceed those of the 1316, 1341, 1345, 2111, 2146, 2176, and 2841 USMC Military Occupational Specialties (MOS) and 21B, 63A and 62B U.S. Army MOS. Design of the LDCS shall include the following human factors for ease of use: a) Components shall not restrict operator activity or present an unsafe situation, b) Warning labels/indicators must be used to warn of human hazards, c) Where applicable, cables must be labeled and easy to connect and disconnect, d) Control and displays shall be easy to locate, and e) Visual indicators and messages shall be easy to read in all light conditions. 20. Trained operators shall be able to operate the LDCS subsystem components under normal operational conditions without being exposed to unsafe conditions. (This refers to unsafe conditions caused by the ABV, not to unsafe conditions caused by enemy action.) 21. The LDCS components and all components of the ABV shall conform to all current Occupational Safety and Health Administration (OSHA) and Environmental Protective Agency (EPA) requirements. 22. The LDCS shall incorporate the capability for fault identification and diagnostics. 23. Use of unique, peculiar, or proprietary support equipment, tools, or other devices to support the LDCS components is discouraged. Items shall be identified as Common Support Equipment (CSE) and/or Peculiar Support Equipment (PSE) as necessary. 24. The LDCS shall interface with the ABV Jettison subsystem using the roller bearing side rails. The LDCS makes no electrical connection to the Jettison subsystem. 25. The LDCS actuator shall use the 24-volt power source supplied from the Revised Turret Network Box (RTNB). INSTRUCTIONS FOR COMPLETING THE QUESTIONNAIRE: 1. Number each response with the appropriate question number. 2. You do not have to repeat the question in your response. 3. If you cannot answer a question, please indicate No Response. 4. If a response will satisfy another question, state: See response to question XXX. 5. Include relevant sales media and product manuals. If providing an ACROBAT formatted manual, annotate the manual to indicate which material is applicable to the questions. If preferred, include Internet Web links to locations where animations/videos may be viewed. 6. If your sales media and/or manuals contain a restricted distribution statement, issue a release statement indicating that the restricted material may be distributed to Army personnel involved with this Market Survey. 7. Spell out any acronyms in their first instance. 8. Clearly mark any proprietary information. If applicable, the front page of your response package should state: Proprietary Information Contained. Provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this Market Survey. Request for Information (RFI) ? Questionnaire 1. Company Name: 2. Are you a large or small business for North American Industry Classification System? If small business, are you: Small Disadvantaged or 8(a) In a Hubzone Service-Disabled Veteran-Owned Women Owned 3. Mailing Address: 4. E-Mail Address: 5. Point of Contact (POC)/Title: 6. Telephone No: 7. Fax No: 8. How long has your company been in business? 9. Does your company currently produce and/or sell a Linear Demolition Charge System (LDCS) that meets all the performance requirements listed for the ABV? Provide a list of your customers of the LDCS to include company name and a point of contact with phone number within the company. 10. Does your company have an LDCS in any state of design? a. If so, how long will it take to have deliverable systems? b. If so, what technology readiness level (TRL) is your current design? c. If so, include picture of actual LDCS hardware; complete and in its proposed configuration. d. If so, provide documentation to verify system characteristics and performance (e.g., brochures, drawings, reports, data, etc). e. If so, has your system been qualified by Weapons System Explosive Safety Review Board or the Department of Defense Explosive Safety Board? 11. Have you produced any LDCS for any U.S. Government agency in the past? If so, for which agency? 12. If you presently produce an LDCS, what is the expected lead time for delivery of the LDCS from the date of contract? 13. Are there any terms and conditions unique to this industry, which are not normally a part of standard U.S. Government contracts? 14. What type of warranty is the commercial standard for this industry? What type of warranty would you provide under a contract with the U.S. Government? Please include with your response a sample warranty from your company. 15. If you were awarded a contract for the LDCS, where would the production take place and what efforts to provide subcontracting opportunities you would use? 16. What experience do you have providing logistics support, either directly or through subcontractor opportunities? Please provide samples of that effort. Have you provided logistics support to any Government agencies? Please explain what these efforts entailed and provide copies of the Contract. 17. If you were awarded a contract for the LDCS would you perform the logistics effort in-house, or would you subcontract logistics? If you subcontract the logistics effort, list potential subcontractors you might use for this effort. 18. Please submit recommendations/comments regarding what you would consider the appropriate logistics for the LDCS. 19. What periodic maintenance needs to be conducted both in the field and the depot? What are the types of repairs that may be required? Who would be able to conduct those repairs, a depot or soldiers in the field? Or, would the item have to go back to the manufacture for repair/replacement? 20. In the production of the LDCS, are there any cost considerations that would be needed to be taken into consideration by the Government of the purchase of an LDCS? (i.e., material costs, exchange rates, length of a contract). Responses to this market investigation questionnaire should be sent via e-mail to Lori Finchem - lori.finchem@us.army.mil and MAJ Scott Lynch - scott.lynch@us.army.mil. You are requested to put ABV LDCS MARKET SURVEY RESPONSE in the subject line of the e-mail. You may respond in total or to any part of this questionnaire. Any requests for clarifications of this Survey shall also be addressed to Lori Finchem, and will be published with the appropriate answers at the same web location as this Questionnaire. Any product literature that cannot be e-mailed may be sent to: U.S. Army Contracting Command, TACOM Contracting Center AMSCC-TAC-ADCD ATTN: Lori Finchem, Mail Stop 326 6501 E. Eleven Mile Rd. Warren, MI 48397-5000 Replies to this questionnaire must be received by close of business, 08 July 2009. Please mark your information Proprietary, as you believe appropriate. Your input is voluntary and no compensation will be made for your participation in this survey. We appreciate your cooperation in answering these questions and thank you in advance for your participation. BE ADVISED that updates to the LDCS or non-proprietary questions from interested parties and responses by the Government will be posted as addenda to the questionnaire.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE07/W56HZV09R0563/listing.html)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI<br />
Zip Code: 48397-5000<br />
 
Record
SN01839120-W 20090610/090608235427-5099878a8159eaf2a739a7609e3e7e69 (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.