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
W56HZV12R0204
 
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 I 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 5.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." 6.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. 7.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 REQUIREMENTS: 1. The purpose of this questionnaire is to obtain information on current commercial industry capability to satisfy US Army requirements for a Light Assault Gap Crossing Capability (LAGCC) infantry foot bridge. The LAGCC foot bridge is intended to provide soldiers the capability to cross over both dry and wet gaps (dry land and water). 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)2 ea. 95th percentile male Soldiers with standard combat equipment carrying a third on a litter, located at center span.1 ea. 95th percentile male Solder with standard combat equipment carrying another. Gap Distance (Requirement 2)Must be able to cross dry gaps in scalable increments up to 20m and cross wet gaps in scalable increments up to a total length of 30m.Wet and dry gaps in scalable increments up to 50m. Trafficability (Requirement 3)Minimum treadway acceptable for dismounted Soldiers while carrying a load is 0.35m. Must have a means to support rapid casualty evacuationMinimum treadway acceptable for dismounted Soldiers while carrying a load is 0.4m. Threshold (T) = Objective (O) Transportability (Requirement 4)Must be transported by air utilizing a C-130 and a CH-47 in the stored position.Must be transported by a CH-47/UH-60 in the employed position ready for emplacement. Gap Distance (Requirement 5)Must be able to cross dry gaps in scalable increments up to 20m and cross wet gaps in scalable increments up to a total length of 30m.Must be able to cross wet and dry gaps in scalable increments up to 50m. Launch/Retrieve (Attribute 1)Shall be capable of launching within 30 minutes with a crew of 6 Soldiers or less. Must be launched/retrieved from both ends of the bridge.Shall be capable of launching within 20 minutes with a crew of 4 Soldiers or less. T=O 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 Traction (Attribute 3)Shall provide non-slip traction for dismounted Soldiers in all conditions.T=O Transportability Integration (Attribute 4)Must be transported by systems organic to the host unit.T=O Reliability, Maintainability & Durability (Attribute 5)Reliability: The LAGCC Type I is a static structure, and is emplaced by hand with no electric, pneumatic, electronic or hydraulic features. Therefore, reliability requirements are not appropriate and will not be specified. Maintainability: Maintenance of the Type I shall not exceed 0.50 maintenance manhours per launch and retrieval, including all checks and services, excluding bridge cleaning. Durability: The Type I launch/retrieve mechanism and bridge components must survive 100 launches and 100 retrievals and 10,000 Soldier crossings without requiring welding or maintenance above the field level. T=O T=O T=O Virtual Training (Attribute 6)A TADSS in the form of a Level 1 Computer Based Interactive Training Program (CBIT) is a requirement. See paragraph 14 and the STRAP for additional information.T=O 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. 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.System Description a.Type I model number 4.Physical Characteristics a.Maximum length b.Module length c.Maximum width d.Treadway width e.Maximum height f.Overall weight g.Module weight h.Provide the dimensions, weight and the number of each component for your system. B.PRODUCTION CONSIDERATIONS 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.How many 95th percentile soldiers with full mission equipment (approx. 325 lbs. each) can simultaneously cross the bridge? 2.What is the maximum allowable single point load, applied at midspan, for a 20m dry gap bridge? 3.Does your system meet the U.S. Army's requirement of being operable by 5th and 95th percentile female and male soldiers per MIL STD 1472? 4.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. 5.What is the maximum height difference between the near and far banks across which your bridge can be launched/retrieved? Ref. 4.2.5.1 & 4.2.5.2 Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment. 6.What is the maximum transverse slope of the deck while soldiers are crossing the bridge? Ref. 4.2.5.3 Trilateral Design and Test Code for Military Bridging and Gap-Crossing Equipment. 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.What is the longest bridge that has ever been constructed using your system? What is the longest gap that can be bridged at the load capacity specified in Question C.1? Provide explanation. 9.What is the longest bridge you can build with and without intermediate supports? How long did it take to construct that bridge? 10.If your bridge has intermediate supports for wet gaps, please describe or provide graphics. Provide explanation of differences between the non-intermediate support and intermediate support modes. 11.How long will it take to construct a 20 meter bridge without intermediate supports? 50 meter bridge without intermediate support? How long will it take to construct a 30 meter wet gap bridge? 50 meter wet gap bridge? Reference Table 1-1 below. Table 1-1: Without Intermediate Supports for Dry Gap Mode Span (m)Time (min)Time (min) 20 50 With Intermediate Supports for Wet Gap Mode Span (m)Time (min)Time (min) 30 50 12.What equipment is required to assemble a 20 meter bridge without intermediate support? Are special tools required to construct a longer span dry gap bridge or wet gap bridge? 13.How many 95th percentile soldiers with Individual Protective Equipment (IPE) will it take to construct a 20 meter dry gap bridge? 50 meter dry gap bridge? How many 95th percentile soldiers with Individual Protective Equipment (IPE) will it take to construct a 30 meter wet gap bridge? 50 meter wet gap bridge? 14.How many launch/retrieve cycles can your system survive without maintenance above field level? Field level maintenance does not include welding. 15.How many Soldier crossings can your system survive without maintenance above field level? 16.Does your system accommodate casualty evacuation? If so, how? Are there any special features unique to casualty evacuation? 17.How many 95th percentile soldiers with Individual Protective Equipment (IPE) will it take to transport each section? 18.What is the minimum safety setback for your bridge? Does this change according to soil type? Provide explanation. D.TRANSPORTABILITY 1.Can your system be loaded into a C-130 transporter aircraft per TEA Pamphlet 70-1? CH-47 in the stored or deployed position? UH-60 in the stored or deployed position? If so, explain. 2.Is your system equipped with lifting and tiedown provisions for transportation in accordance with MIL-STD-209? Provide explanation. 3.Describe the shipping configuration of the bridge. How many shipping configurations are required to ship the entire bridge? How large are you shipping configurations? Is special equipment required to transport the bridge? E.ENVIRONMENTAL 1.Is your system able to perform its mission while in an electromagnetic environment (MIL-STD-1310)? Provide explanation. 2.What protection does your system have against an Electronic Attack (EA), as described in MIL-STD-464? Provide explanation. 3.What protection does your system have against a High-altitude Electromagnetic Pulse (HEMP)? Provide explanation. 4.What is the temperature and wind speed range that your system is capable of operating with and without additional kits? F.SERVICE 1.Does your bridge system have a means for tracking the type and number of crossings over the bridge? Provide explanation. 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.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 used in operating or maintaining this equipment? Provide explanation. 2.Does your system have anti-skid/slip surfaces? 3.What crossing aids and/or guidance devices does your system utilize for crossings performed at night? Provide explanation. 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.To prevent walking/movement of the bridge towards the gap as a result of the crossing traffic, does your system utilize anchorages to prevent the walking/movement? If so, provide a description. H.QUALITY 1.Does your plant and system meet all quality ISO certifications and standards? Provide explanation. 2.How many units have been produced in the current configuration? I.SURVIVABILITY 1.Is your bridge hardened against direct and/or indirect weapons 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.OTHER 1.What design code does your product meets? Responses to this market questionnaire should be sent via email to Rafik A. Quteibi at rafik.a.quteibi.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 I 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 as this Questionnaire. Any product literature that cannot be emailed may be sent to: U.S. Army Contracting Command - Warren RDTA-DP/BRDG ATTN: Rafik Quteibi 6501 E. Eleven Mile Rd. Bldg. 201, MS 21 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/73a319254fb1397e6934f19f3c18513b)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02657213-W 20120121/120119234359-73a319254fb1397e6934f19f3c18513b (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.