Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

23 -- Area Mine Clearance Systems (AMCS)

Notice Date
7/29/2009
 
Notice Type
Presolicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army CECOM Contracting Center-Washington, US Army CECOM Contracting Center-Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-09-R-0035
 
Response Due
9/3/2009
 
Archive Date
11/2/2009
 
Point of Contact
Patricia Davis, 703-325-1713<br />
 
E-Mail Address
US Army CECOM Contracting Center-Washington
(pat.davis@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
It is the intent of the US Army CECOM Contracting Center - Washington to issue a Request for Proposal using Full and Open Competition and on behalf of the US Army Product Manager for Countermine & EOD the Area Mine Clearance System (AMCS) Medium Flail. The AMCS is a manned, mobile, medium vehicular flail system that can neutralize anti-personnel (AP) and anti-tank (AT) mines with its rotating flail head over a large area, and can survive and protect the crew from multiple AP and AT mine blasts. The intent of the Army is to award a single five-year, Firm Fixed Price/Time & Materials Indefinite Delivery/Indefinite Quantity contract with a ceiling of $168M and a minimum guaranteed of 30 systems. The contract will be awarded as a result of a best value source selection. The contract will include the delivery of AMCS, logistics support items and services. All responsible sources may submit a proposal which will be considered by the agency in accordance with the RFP. The AMCS must be a non-developmental system in accordance with FAR 2.101, Commercial Items and must meet the following requirements: 1. System shall protect operator (crew) from effects from anti-tank (AT) (15 lb TNT explosive or equivalent) and anti-personnel (AP) (PMN-2 or equivalent) mine blasts with no injury through platform armament or tele-operation (threshold=objective); 2. Systems shall be transportable by rail, sealift, and highway (M870 trailer) and air (C-5, C-17, and C-130) transportation assets; systems shall be capable of being configured for transport in less than 2 hours for any of the aforementioned modes (threshold); 3. System shall withstand 3 blasts (15 lbs TNT explosive or equivalent) detonated 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 maintenance personnel (threshold); system shall withstand 5 blasts (15 lbs TNT explosive or equivalent) detonated under the flail head assembly during flailing operations without sustaining battle damage that is not repairable within 30 minutes 90-percent of the time with available tools, replacement parts, and maintenance personnel (objective), systems shall withstand the effects of one AT mine detonation (equivalent to 15 lbs TNT) under any portion of the platform without sustaining battle damage that is not repairable within 12 hours 90-percent of the time with available tools, replacement parts, and maintenance personnel (threshold); systems shall withstand the effects of one AT mine detonation (equivalent to 30 lbs TNT) under any portion of the platform without sustaining battle damage that is not repairable within 4 hours 90-percent of the time with available tools, replacement parts, and maintenance personnel (objective); 4. System shall provide the capability to neutralize/destroy 80-percent of the simple pressure AP (PMN-2 or equivalent) and AT (equivalent to 15 lbs TNT) mines, within an area or along a route in the manned-mode (threshold); system shall provide the capability to neutralize/destroy 99.6-percent of the AP and AT mines, within an area or along a route in the unmanned tele-operation mode at standoff ranges up to 300m (objectives); 5. System shall neutralize 80-percent of doctrinally employed non-hardened, simple pressure activated AP and AT mines in one pass (threshold); shall neutralize 99.6-percent of doctrinally employed blast-hardened, simple pressure activated AP and AT mines in one pass (objective); 6. System shall clear a minimum lane of 3.0 meters wide in one pass (threshold); shall clear a minimum lane of 4.5 meters wide in one pass (objective); 7. Systems shall traverse complex, urban terrain and a 20-percent up slope, down slope and 10-percent side slope without roll-over (threshold); shall traverse complex, urban terrain and a 25-percent up slope, down slope and 15-percent side slope without roll-over (objective); 8. System maintain a minimum ground speed 400/800 meters per hour, with flail operating (threshold); shall maintain a minimum ground speed 1000 meters per hour, with flail operating (objective); shall penetrate undisturbed, dry soil composed of clay or clay mixture to a depth of 100 to 300 millimeters (mm) at minimum operational ground speed (threshold); shall penetrate undisturbed, dry soil composed of clay or clay mixture to a depth of 1000 mm at minimum operational ground speed (objective); 9. System shall be capable of completing 2 hours of flailing with a 94-percent probability of not experiencing a System Abort (threshold); shall be capable of completing 2 hours of flailing with a 98-percent probability of not experiencing a System Abort (objective); the sixth attribute is as follows: the Maintenance Ratio (MR) shall be less than 0.30 Maintenance Man-hours per Operating Hour (MMH/OH) including PMCS (threshold); the Maintenance Ratio (MR) shall be less than 0.10 MMH/OH including PMCS (objective); 10. System shall have the capability for the operator to immediately stop the flail system and flail head (threshold); upon loss of tele-operation data link between the operator control unit and the medium flail system, the medium flail system will automatically stop moving and stop flailing (objective); shall provide the operator with alarms and data at the operator control unit for vehicle status (objective); 11. System shall be capable of operating in hot and basic climates ranging from positive 320F to 1350F (frozen soil will degrade the performance of the flail head), shall survive storage and transportation in hot, basic and cold environments in accordance with AR 70-38, shall be capable of being operated by personnel while wearing appropriate clothing to include Mission Oriented Protective Posture (MOPP) Level 4 (threshold equal to objective); 12. System shall operate with multi-fuels JP8 and diesel (objective); 13. System shall provide adequate space in cab to mount SINCGARS radio (R68044: VRC-90F) and its mounting bracket, 24 volt power connection and provisions to connect and mount an external antenna (threshold equal to objective); 14. System shall be capable of withstanding the effects of two BLU 97, MK118, M42 and/or M73 sub-munitions with no significant degradation to mission effectiveness (threshold); flail head shall be capable of withstanding the effects of ten BLU 97, MK 118, M42 and/or M73 sub-munitions with no significant degradation to mission effectiveness (objective); 15. System shall be capable of being operated in the manned-mode (threshold); shall be capable of being operated in the manned and tele-operated modes, a line of sight distance of 300 meters in the tele-operated mode (objective). It is anticipated that the Request for Proposal W909MY-09-R-0035 will be issued on or about 5 August 2009 with an award on or about 12 December 2009. A Pre-proposal Day will be held at 8260 Willow Oaks Corporate Drive, Ste 800, Fairfax, VA 22031. Pre-proposal day will begin at 0900 hours on 12 August 2009 with a general session for all participants which may require up to three hours. Following the general session, individual-company sessions will begin. Time with individual industry representatives will be scheduled in advance and limited to no longer than one hour sessions. If needed, individual-company sessions will continue on 13 August 2009 starting at 0900. The purpose of the general session is to facilitate exchange between the Government and Industry on the AMCS program and requirements. Comments and questions on the Army's draft RFP for the AMCS will be sought from industry. The purpose of the individual sessions is for the Government to obtain information and literature on any AMCS systems that industry has to offer. The draft RFP and RFP will be made available at the Interactive Business Opportunity Page (IBOP) website: https://abop.monmouth.army.mil. Interested parties will be required to register at the website prior to accessing the documents. Also, in anticipation of release of the RFP, a draft Statement of Work, Purchase Description and Contract Data Requirements Lists will be made available on the IBOP under the RFP folder on or about 30 July 2009. The draft documents may be used as a guideline by industry to help determine what products they have that are in compliance with military needs. Written comments/questions from industry relating to these documents must be submitted via the IBOP no later than 3 August to allow for response at the Pre-proposal Conference. Individual sessions must be scheduled no later than 3 August 2009. No individual sessions will be established at the event. Contractors should RSVP by 3 August 2009, via the IBOP, of their intent to attend the meeting in order to facilitate visitor processing upon arrival. Please provide the names, citizenship, company being represented, and point of contact information (business mailing address and telephone number) for each attendee. To schedule an individual company session, contractors should contact Ms. Kolb and Ms. Davis via email at kimberly.kolb@us.army.mil and patricia.davis@us.army.mil. No telephonic requests will be honored. Directions and information on hotels and travel accommodations will be provided directly to registrants. The Government will not reimburse interested sources or responders to this notice or documents posted under this announcement, for any costs incurred in responding, or for subsequent exchanges of information. Information submitted does not constitute a proposal, but will be considered an exchange of capabilities and ideas. The Government does not intend to publish the questions and comments received as a result of this announcement; however, the feedback received will be considered in finalizing the requirements. If interested in this opportunity, please continue to monitor the website identified above for updates to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB15/W909MY-09-R-0035/listing.html)
 
Place of Performance
Address: US Army CECOM Contracting Center-Washington ATTN: CCCE-CW-TA, 2461 Eisenhower Avenue Alexandria VA<br />
Zip Code: 22331-0700<br />
 
Record
SN01892052-W 20090731/090730001558-57106e66c0ffa9e9fff706e30c774744 (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.