Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOURCES SOUGHT

54 -- Market Survey

Notice Date
1/19/2012
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV12R0206
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Tanya Karasavvas, 586-282-3549
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(tanya.e.karasavvas.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
UNCLASSIFIED: Distribution Statement A. Approved for public release. Market Survey Questionnaire for Bridge - Light Assault Gap Crossing Capability: Type II 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. [To avoid possible confusion with the meaning of the term "confidential" in the context of Classified Information," we will use the term "PROPRIETARY."] Pursuant to this statute, the U.S. Government is willing to accept any trade secret or PROPRIETARY 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 with the restrictive legend (all caps) "PROPRIETARY" 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 proprietary (over breadth in marking inappropriate data as "PROPRIETARY" 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. Government's rights in the data. 4.Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain the "PROPRIETARY" 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 only portions of an electronic file, use the restrictive legends 'PROPRIETARY PORTION BEGINS:" and "PROPRIETARY 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 proprietary information may receive only limited or no consideration since the Respondent's marking of data as "PROPRIETARY" will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The U.S. Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. 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 the 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. REFERENCE: Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment can be found at the following website: http://www.dtic.mil/cgi-bin/GetTRDoc?AD=ADA476390&Location=U2&doc=GetTRDoc.pdf PERFORMANCE REQUIREMENT: 1. The purpose of this questionnaire is to obtain information on commercial industry capability to satisfy US Army requirements for a Light Assault Gap Crossing Capability (LAGCC) bridge. The requirement will be achieved in a single step versus an evolutionary series of steps. 2. The following information describes the requirements and attributes the bridge system must achieve. The requirements and attributes are described in terms of Thresholds (T) and Objectives (O). Threshold requirements are those that must be met prior to system acceptance. Objective requirements are those that are desired to provide increased capability or performance but are not mandatory. Attribute thresholds and objectives are not mandatory and can be traded for improvements elsewhere. Requirement or AttributeProduction ThresholdProduction Objective Military Load Class (Requirement 1)MLC 50 Track/WheelMLC 70 Track/Wheel Bridge Launching Kit (Requirement 2)The Bridge Launching Kit (BLK) must allow the bridge to be launched/retrieved from inside the vehicle.Threshold (T) = Objective (O) Force Protection (Requirement 3)During all modes of operations, Force Protection aspects of the host vehicle shall not be degraded from the original survivability aspects. T=O Energy Efficiency (Requirement 5)The integrated Type II Bridge and BLK shall not reduce the fuel efficiency of host platform by more than 15% in accordance with the operational mission profile of the host vehicleThe LAGCC Type II system shall not reduce the fuel efficiency of host platform by more than 10% in accordance with the operational mission profile of the host vehicle Gap Distance (Requirement 6)As a single span, the LAGCC Type II Bridge must span gaps of 1.5m to 8m.Expandable to span gaps up to 16m without reducing crossing MLC capabilities. Bridge must be transported on vehicles organic to the Infantry Brigade Combat Team (IBCT).T=O Trafficability (Requirement 7)The deployed bridge shall provide a single lane width of 3.5mShall provide a single lane width of 4m Transportability (Requirement 8)The Type II bridge, while in stowed position, shall be transportable with a single C-17 military aircraft.T=O The Type II Bridge must also be transported with a CH 47 in the stored and employed configurationThe Type II System (BLK, Light Assault Bridge, and Host Vehicle), while in stowed position, shall be transportable with a single C-130 military aircraft and have C-17 roll-on, roll-off capabilities. The Type II System (BLK, Light Assault Bridge, and Host Vehicle) shall be transported by Army highway organic assets (e.g., M870 semi-trailer, M1000 semi-trailer) while in stowed configuration. Preparation to transport the Type II System and return System to operational configuration shall only require a crew sized element using the Basic Issue Items (BII) provided with the Host Vehicle. Preparation needed to transport the Type II System and return it to operational configuration shall require less than 120 minutes when using a crew sized (not to exceed a crew of 3 soldiers) element. Must be capable of being transported by rail as a system including the adapter, launcher and bridge.T=O Launch/Retrieve (Attribute 1)The operators of the host vehicle (not to exceed a crew of 3 soldiers), shall launch/retrieve the bridge in 10 minutes or less during daylight hours, 15 minutes or less during all other conditions of visibility and 15 minutes or less while wearing Individual Protective Equipment (IPE). The LAGCC must be launched and retrieved from both ends of the bridge.The operators of the host vehicle (not to exceed a crew of 3 soldiers), shall launch/retrieve the bridge in 5 minutes or less during daylight hours, 10 minutes or less during all other conditions of visibility and 10 minutes or less while wearing IPE. Remaining Service Life Indicator (Attribute 2)Must have a means of estimating remaining service life and safety/structural deficiencies, which does not require an external power source.T=O Transportability Integration (Attribute 3)Including adapter and launch/retrieve mechanism, must fit on one flat-rack capable of being transported by vehicles and trailers currently in Army inventory.Bridge and support systems shall be capable of being stacked onto each other and transported on one flat-rack. Power Source (Attribute 4)Bridge launch/retrieval mechanisms must have a power source that utilizes standard military fuels (JP8) and standard lubricants (if required) or be capable of utilizing the power source (i.e. electrical, air, hydraulic) of the host vehicle.T=O Back-up Capability (Attribute 5)Bridge launch/retrieve mechanism must provide a back-up capability that will allow the bridge to be launched and retrieved in the event of a failure of its primary power source in 20 minutes with reconfiguration time.Bridge launch/retrieve mechanism must provide a back-up capability that will allow the bridge to be launched and retrieved in the event of a failure of its primary power source in 15 minutes with reconfiguration time. NATO Slave Receptacle (Attribute 6)The power source for the bridges must possess a NATO slave receptacle.T=O Traction (Attribute 7)Shall provide traction when wet or dry for all vehicles organic to the IBCT, traveling at a normal crossing speed of up to a maximum 15 mph.Shall provide traction when wet or dry for all vehicles organic to the IBCT, traveling at a normal crossing speed of up to a maximum 25 mph. Reliability, Maintainability & Durability (Attribute 8)Reliability: The probability of successfully completing a launch and retrieve cycle (including vehicle crossings) in accordance with the Operational Mode Summary/Mission Profile (OMS/MP) without experiencing a system abort must be at least 0.98; and without experiencing an essential function failure must be at least 0.96.T=O Maintainability: The maintenance ratio of the LAGCC Type II shall not exceed 0.12 maintenance manhours per launch and retrieval. This includes all scheduled and unscheduled maintenance but excludes pre- and post-operational checks and services by the operator. Total pre- and post-operational checks and services should not exceed 15 minutes per launch and retrieve. Type II will not require any new special tools or Test, Measurement, and Diagnostic Equipment (TMDE).T=O Durability: The Type II Bridge structural components must withstand 17,600 MLC 50 vehicle crossings without experiencing a durability failure. The launch/retrieve mechanism and bridge structural components must withstand 800 launches and retrieve cycles without experiencing a durability failure.The Type II Bridge structural components must withstand 20,000 MLC 50 crossings without experiencing a durability failure. The launch/retrieve mechanism and bridge structural components must withstand 1,000 launches and retrieve cycles without experiencing a durability failure. Travel Lock (Attribute 9)Must have a manual bridge travel lock to lock the bridge into the stowed position while traveling.Must have an automated bridge travel lock to lock the bridge into the stowed position while traveling and must alert the operator and commander that the bridge travel lock is in position. BLK Mount (Attribute 11)The BLK must be capable of attaching to the host vehicle within 30 minutes with a vehicle crew sized element (not to exceed a crew of 3 soldiers) and organic lift equipment.The BLK must be capable of attaching to the host vehicle within 10 minutes with a crew of two using only organic lift equipment. Range (Attribute 12)Must not degrade the range of the host vehicle by more than 15%.Must not degrade the range of the host vehicle by more than 10%. Virtual Training (Attribute 13)A TADSS in the form of a Level 2 Interactive Multi-Media Instruction (IMI) is a requirement.T=O Mobility (Attribute 16)Bridge, while mounted on the host vehicle, will not degrade the mobility of the vehicle by more than 15%.Bridge, while mounted on the host vehicle, will not degrade the mobility of the vehicle by more than 10%. 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 the question, please indicate "No Response." 4.If a response will satisfy another question, state: "See response to question XX." 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. 9.A copy of the Tri-Lateral Design and Test Code for Military Bridging and Gap Crossing Equipment (TDTC) is available on the Internet at http://oai.dtic.mil/oai/oai?verb=getRecord&metadataPrefix=html&identifier=ADA476390 REQUEST FOR INFORMATION (RFI) - QUESTIONNAIRE A.GENERAL 1.Manufacturer a.Name b.Mailing Address c.Website d.CAGE Code (if any) 2.Personnel Responding to Questionnaire a.Name b.Title c.Company Responsibility/Position d.Telephone/Fax Numbers e.E-Mail Address 3.Bridge Description a.Type II model number 4.Physical Characteristics a.Maximum length b.Maximum width c.Tread way width d.Maximum height e.Overall weight B.PRODUCTION CONSIDERATION 1.How long has your system been in production? 2.When was the last time your system underwent a product upgrade? Is there a product upgrade planned in the next five years? Provide explanation. 3.Who has purchased your system? Provide explanation. 4.What is the production lead-time after receipt of an order (days)? 5.What is the approximate cost of your system? C.PERFORMANCE CONSIDERATIONS 1.What is the Military Load Class of your bridge (tracked and wheeled vehicles normal/caution). Describe the max crossing speeds for each. 2.Does your system meet the U.S. Army's requirement of being operable by 5th percentile female and up to 95th percentile male Soldiers per MIL STD 1472. 3.What are the maximum longitudinal and transverse slopes of the near bank that your system is capable of being operated? Ref. 4.2.5.4 Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment. 4.What are the maximum height differences between the near and far banks across which your bridge can be launched/retrieved? 5.What is the longest bridge that has ever been constructed using your system? What is the longest gap that your bridge can span at the MLCs provided in Question C.1? Provide explanation. 6.What is the maximum transverse slope of the deck while the bridge is being crossed by the defined MLC vehicles? 7.What preparation is required for the near and the far banks of the gap? Comment on the ability of the Soldiers to perform the bank preparation. 8.How many operators does your system require? 9.How much time is required to launch/retrieve your system during: a) daylight hours, b) all conditions of visibility, c) and while wearing Individual Protective Equipment (IPE)? 10.What is the minimum and maximum lane width for vehicles to cross? 11.Will your bridge system degrade the force protection of the host vehicle? Provide explanation. 12.Does your system have a launcher that attaches to a vehicle or is it trailer towed? Can your system be launched/retrieved without the Soldiers leaving the protection of the vehicle? Are any operators of the system exposed to enemy fire during the launch/retrieve cycle? 13.Can your system be launched/retrieved from both ends of the bridge? 14.List the military vehicles your bridge/launch system can or has been adapted to. 15.Can your bridge be launched from the front of a vehicle? If yes, please describe. 16.Does your bridge have the capability of being launched/retrieved from multiple vehicles? Is any vehicle modification required? D.TRANSPORTABILITY 1.Can your system be loaded into a C-130 transporter aircraft per TEA Pamphlet 70-1? CH-47? C-17? If so, explain. 2.Is your system equipped with lifting and tie down provisions for transportation in accordance with MIL-STD-209? Provide explanation. When mounted on a vehicle, is your system waterproof in the event of the host vehicle fording at a normal depth of 48 inches? Are all external electronic components and launch/retrieve mechanisms watertight/proof to prevent damage during shallow water fording operations? Provide explanation. 3.Does your system have the capability to be transported by commercial rail cars? Provide explanation. 4.Explain how the bridge is locked and stowed while traveling between bridge launch sites? Is this a manual or automatic method? Provide explanation. 5.Will components need to be removed for transport purposes? If so, please identify these components., 6.What are the manpower, time, tools, and equipment requirements for preparing the system for transport? E.ENVIRONMENTAL 1.Is your system able to perform its mission while in an electromagnetic environment (MIL-STD-1310)? Provide explanation. 2.Does your system perform its mission in an Electronic Attack (EA) environment described in MIL-STD-464? Provide explanation. 3.Can your system survive a High-altitude Electromagnetic Pulse (HEMP) similar to what would be experienced in an Initial Nuclear Weapons Effect (INWE)? Provide explanation. 4.What is the temperature and wind speed range that your system is capable of operating with and without additional kits? 5.Does your system use or can it use Chemical Agent Resistant Coating (CARC)? F.SERVICE 1.Does your system have a means for tracking the type and number of crossings over the bridge? If yes, please describe. Note that the bridge may be crossed by vehicles possessing a MLC lesser than those specified earlier in this document. 2.What are the criteria and/or indicators your system uses to determine when a component needs to be refurbished or discarded? Provide explanation. 3.What maintenance is required in both the field and the depot? Are special tools required? Provide explanation. 4.What is the maintenance ratio of maintenance man hrs per launch? 5.How many launch/retrieve cycles can your system perform without experiencing a durability failure? Provide explanation. 6.How many MLC 30 vehicle crossings can your system perform without experiencing a durability failure? MLC 60? Provide explanation. 7.Define the Preventive Maintenance Checks and Services (PMCS) and schedule for accomplishing them. Do any of these tasks require removal of components? 8.What commercial warranties are provided with the unit? Do they include both parts and labor and cost of your representative's travel to the unit's location? Provide explanation. 9.Does your system have a means of determining remaining service life and safety/structural deficiencies that does not require an external power source? Provide explanation. G.SAFETY 1.Are there any unique recommended precautionary procedures to be used in operating or maintaining this equipment? Provide explanation. 2.What provisions does your system have to ensure adequate traction of the roadway surface, when wet or dry, for vehicles to cross? What is the maximum and minimum speed for normal crossings? Provide explanation. 3.What crossing aids and/or guidance devices does your system utilize any crossing aids and/or guidance devices to prevent the vehicles from colliding during night crossings? 4.Sometimes there can be debris tracked onto the bridge as soldiers cross such as mud or ice which can degrade the grip of the treadway. Does your system have a means of minimizing (mud, sand, snow, ice, etc...) build up? 5.Does your system utilize anchorages to prevent walking/movement of the bridge towards the gap as a result of the crossing traffic? If so, provide a description. 6.Does your system provide a back-up capability that will allow it to be launched and retrieved in the event of a failure of its primary power source? If so, how many minutes will it take to be launched and retrieved? Provide explanation. H.QUALITY 1.Does your company and/or sub-supplies hold any certifications from the International Organization for Standardization (ISO)? If so, provide detail. If not, provide detail on your quality control process and environmental policies. 2.How many units have been produced in the current configuration? I.SURVIVABILITY 1.Is your system hardened against direct and/or indirect weapon fire? If yes, explain. 2.Does your system provide Chemical, Biological, Radiological, and Nuclear (CBRN) protection? Provide explanation. J.LOGISTICS 1.What experience do you have providing logistics support, either directly or through subcontractor opportunities? Please provide samples of that effort. 2.Have you provided logistics support to any Government agencies? Please explain what these efforts entailed and provide copies of the Contract. 3.If you were awarded a contract for the LAGCC, would you perform the logistics effort in-house, or would you subcontract logistics? If you were subcontracting the logistics effort, list potential subcontractors you might use for this effort. 4.Please submit recommendations/comments regarding what you would consider the "appropriate" logistics for the LAGCC K.TECHNICAL READINESS LEVEL (TRL) 1.Please identify the Technical Readiness Level of your system in accordance with the current Defense Acquisition Guidelines (DAG) provided below. Section 10.5.2.2, Table 10.5.2.T1: https://acc.dau.mil/CommunityBrowser.aspx?id=323139#10.5.2 2.If applicable, please explain if a plan has been established to achieve a TRL 6. If so, what is the projected schedule of events? L.OTHER 1.What design code does your product meets? Responses to this market questionnaire should be sent via email to Bernard J. Sia at bernard.j.sia.civ@mail.mil. Please include Tanya E. Karasavvas at tanya.e.karasavvas.civ@mail.mil in the Cc line of your email. You are requested to put "LAGCC TYPE II MARKET SURVEY RESPONSE" in the subject line of the email. You may respond in total or to any part of this questionnaire. Any request for clarifications of the Survey shall also be addressed to Tanya E. Karasavvas, and will be published with the appropriate answers at the same web location at this Questionnaire. Any product literature that cannot be emailed may be sent to: U.S. Army Contracting Command - Warren RDTA-DP/BRDG ATTN: Bernard J. Sia 6501 E. Eleven Mile Rd. Bldg. 201, MS21 Warren, MI 48397 - 5000 Replies to this questionnaire must be received by _23 March 2012__. Please mark your information "Proprietary" as you feel appropriate. Your input is voluntary and no compensation can 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 LAGCC or non- proprietary questions from interested parties and responses by the U.S. Government will be posted as addenda to the questionnaire. UNCLASSIFIED: Distribution Statement A. Approved for public release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c18ed8ce9602742810cf4fb499d9a92)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02657198-W 20120121/120119234347-6c18ed8ce9602742810cf4fb499d9a92 (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.