Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
DOCUMENT

42 -- P-19R Aircraft Rescue Fire Fighting Trucks (ARFF) - Attachment

Notice Date
2/2/2012
 
Notice Type
Attachment
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
 
Solicitation Number
M6785412I0214
 
Response Due
2/24/2012
 
Archive Date
3/10/2012
 
Point of Contact
Renee Staton
 
E-Mail Address
<br
 
Small Business Set-Aside
N/A
 
Description
In preparation for a future procurement, Program Executive Officer, Land Systems is seeking vendors capable of providing Aircraft Rescue Fire Fighting Trucks (ARFF). The Marine Corps is replacing the current fleet of A/S32-P19A Aircraft Crash & Structure Fire Fighting Trucks and is inviting vendors to provide a response to this Sources Sought and invites questions and comments on the DRAFT Statement of Work (SOW) and Performance Specifications (P-Spec). Vendors are encouraged to comment on the documentation provided with this RFI and identify areas of concern in the attached SOW and P-Spec. It is the Government's intention to procure, via full and open competition, existing commercial vehicles with necessary modifications to meet the requirements identified in the P-Spec. While the P-Spec provides the performance requirements for the P-19R the following paragraphs identify areas of particular interest to the Government. Firefighting Capability: The P-Spec identifies the required attributes and capabilities of the P-19 Replacement ARFF Vehicle (P-19R). In normal operational use all fire fighting and rescue efforts must be initiated within five minutes of notification of an incident. Firefighting apparatus must be able to initiate fire fighting and rescue operations within five minutes of notification from either a designated hotspot or from the supported airfield ARFF facility. Transportability: The P-Spec states the P-19R should be C-17 transportable. It is also the Government ™s desire is to have a vehicle that is similar in size to the current P-19A and weigh no more than 40,000 pounds while still meeting all other requirements of the P-Spec. Vendors should pay particular attention to the limitations for shipboard and rail transportation in the P-Spec and supporting documentation. Since it is the Government's desire to procure a modern ARFF vehicle which is similar in size to the existing P-19A it is the vendor ™s responsibility to identify if they are capable of producing a Commercial-off-the-Shelf (COTS) product that can fulfill the requirements of the P-Spec with little to no modification. Force Protection (KPP): While the P-19A Replacement is not currently required to be permanently hardened, the vendor should identify if the attachment of armor to their vehicle is practical and what provisions can be made to facilitate additions of armor in the event it becomes necessary. The vendor will not be responsible for the development or attachment of armor but should identify if it is practical for armor to be attached to their vehicle and any potential vehicle performance degradations such as acceleration, speed on grade, braking, and payload capacity. If armor becomes a requirement in the future it will only be for protection of the crew “ not the ARFF equipment “ from the effects of conventional weapons and explosive hazards. The Government estimated weight of the armor package is 5,000 pounds based upon experience armoring cabs of medium and heavy vehicles. The addition of armor or its affect on the P-19R will not be considered in evaluation or testing of the P-19R. Inclusion in this RFI is for research purposes only. RAM: Reliability, Availability and Maintainability are key operational aspects of the P-19R. Vendors must be able to identify if their vehicle systems will be able to achieve the expected level of Material/Operational Availability, Reliability and Maintainability as identified in the P-Spec, based on the specified P-19R operational mission profile. Fire Suppression System: Protection of the crew from vehicle fires is of special interest to the Government. The P-19A Replacement must meet all current applicable Standard NATO Agreements (STANAG), Federal Motor Vehicle Safety Standards (FMVSS), U.S. Department of Transportation (DOT) and National Fire Protection Agency (NFPA) safety regulations in effect at the time of production. (T=O) In addition to meeting the above safety standards, the P-19R will, at a minimum, incorporate an Automatic Fire Extinguishing System (AFES) to protect the crew. If available, a system which combines the capabilities of an AFES and a system designed to prevent and extinguish exterior tire fires may be considered for incorporation into in the P-19R Responses should address the capability for adding such a system to the P-19R candidate vehicle, or identify if such a system is currently commercially offered. This RFI ™s intent is to solicit product information and comment from industry. Prospective vendors are encouraged to comment on the documentation provided with this RFI and identify areas of concern or conflict from their understanding of what is possible in relation to the requirements detailed in the attached SOW and P-Spec. This RFI is for planning purposes only and is not to be construed as a request for proposal or as an obligation on the part of the Government to conduct any follow-on acquisition. No entitlement to pay of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and the Government use of such information. Proprietary information submitted in response to this synopsis will be protected when clearly identified as proprietary. Response Information: Firms possessing the capabilities to accomplish this requirement are invited to submit the following: company information to include the business size (large business, small business, 8(a) veteran owned small disadvantaged business, etc.); Statement of Capabilities; experience, to include familiarity with military needs and specifications; current GSA or DLA contract information if applicable; production capacities and the ability to meet the Key Performance Paramenter (KPPs) and Key System Attributes (KSAs); rough estimated lead times; and Rough Order of Magnitude price. Responses to the RFI should be limited to 30 pages, with an additional 10 pages for questions and comments with regard to the DRAFT Statement of Work and Performance Specification. All responses should be e-mailed to renee.staton@usmc.mil no later than 5:00 P.M. EDT, Friday, 24 February 2012. No phone inquiries will be accepted. Classification: UNCLASSIFIED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785412I0214/listing.html)
 
Document(s)
Attachment
 
File Name: M6785412I0214_RFI_M67854-12-I-0214_30_Jan_12_FINAL.docx (https://www.neco.navy.mil/synopsis_file/M6785412I0214_RFI_M67854-12-I-0214_30_Jan_12_FINAL.docx)
Link: https://www.neco.navy.mil/synopsis_file/M6785412I0214_RFI_M67854-12-I-0214_30_Jan_12_FINAL.docx

 
File Name: M6785412I0214_Draft_P19_Replacement_SOW_31JAN2012.docx (https://www.neco.navy.mil/synopsis_file/M6785412I0214_Draft_P19_Replacement_SOW_31JAN2012.docx)
Link: https://www.neco.navy.mil/synopsis_file/M6785412I0214_Draft_P19_Replacement_SOW_31JAN2012.docx

 
File Name: M6785412I0214_Draft_P19R_PSPEC_12-08-2011.docx (https://www.neco.navy.mil/synopsis_file/M6785412I0214_Draft_P19R_PSPEC_12-08-2011.docx)
Link: https://www.neco.navy.mil/synopsis_file/M6785412I0214_Draft_P19R_PSPEC_12-08-2011.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2200 Lester Street, Quantico, VA
Zip Code: 22134
 
Record
SN02666844-W 20120204/120202235435-8a0a6a6384323fd26a5f33148bc9a8cc (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.