Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

23 -- All Terrain Vehicle (ATV) Trailer

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-16-I-1135
 
Archive Date
10/8/2016
 
Point of Contact
Peggy L Smith,
 
E-Mail Address
peggy.l.smith1@usmc.mil
(peggy.l.smith1@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL INFORMATION. This Sources Sought initiates market research under Federal Acquisition Regulation (FAR) Part 10.002(b)(2)(iii) for a trailer to be used as part of the All Terrain Vehicle System (ATVS). This Sources Sought is soley for gathering information and is not a Request for Quotation (RFQ) or a Request for Proposal (RFP). No solicitation exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this Sources Sought or the Government's use of submitted information. 2. PURPOSE. Marine Corps Systems Command (MCSC), Program Manager (PM), Infantry Weapons Systems (IWS), Product Manager (PdM) Infantry Combat Equipment (ICE), is seeking sources and information to determine industry capabilities in providing an ATVS trailer. The ATVS trailer could replace the Marine Corps' current system in use by the Chemical Biological Incident Response Force (CBIRF). CBIRF currently employs an ATVS which includes a modified commercial off the shelf ATV trailer. The ATV trailer has three functions: 1. Transport the ATV to the incident site; 2. Haul equipment into a contaminated area; and 3. Evacuate causuaties out of the hot zone. CBIRF uses the ATVS during drills and actual incidents, greatly reducing the amount of physical labor required to complete mission essential tasks. The system augments the Incident Response Force (IRF) as directed by a Company Commander. A basic summary of system performance requirements follows below. The performance requirements contain both Threshold [T] and Objective [O] levels. The objective level is the performance goal, while the threshold level is the minimum acceptable performance short of the goal. 3. ATVS PERFORMANCE REQUIREMENTS. 3.1 System Performance. 3.1.1 [T] The ATVS shall be able to obtain Department of Defense (DoD) safety and transportability certifications, for road and air travel, including C-130 air transportability certification, in the operational configuration with the ATV on the ATV Trailer. [O] The ATVS is already certified in the operational configuration for Department of Defense (DoD) safety and transportability for road and air travel, including C-130 air transportability certification. 3.1.2 [T] The ATVS shall have at least a three-year warranty. [O] The ATVS offer contains a five-year warranty. 3.1.3 The ATVS' design and finish shall shall be free of rip and snag hazards to personnel in protective level A and B suits. 3.1.4 The ATVS, in the operational configuration with the ATV and associated equipment mounted on the ATV trailer must be capable of traveling safely at highway speeds when pulled by a compatible prime mover. 3.1.5 [T] The ATV Trailer and associated equipment mounted on the trailer shall not exceed 1,850 pounds. [O] The ATV Trailer and associated equipment mounted on the trailer is 850 pounds or lighter. 3.1.6 [T] The ATVS shall meet civilian commercial equipment hillside stability and braking accreditation for American National Standards Institute (ANSI) and the Society of Automotive Engineers (SAE). [O] The ATVS exceeds civilian commercial equipment hillside stability and braking accreditation for American National Standards Institute (ANSI) and the Society of Automotive Engineers (SAE). 3.1.7 The ATV trailer shall be corrosion resistant. 3.1.8 The ATV trailer materials shall not absorb chemical, biological contaminants, hazardous materials and shall be capable of being decontaminated with hot, soapy water. 3.2 All Terrain Vehicle Trailer (ATV Trailer). 3.2.1 [T] The ATV Trailer hitch shall be compatible with a standard 2" hitch ball and interoperable with stock height, generic three-quarter/one ton pickup truck hitch and the ATV hitch. [O] The ATV Trailer hitch meets the threshold requirement and is compatible with a High Mobility Multipurpose Wheeled Vehicle (HMMWV) pintle. 3.2.2 The ATV Trailer shall be suitable for transporting a payload of great than or equal to 2,500 pounds. 3.2.3 The ATV Trailer shall have a Gross Vehicle Weight Rating greater than or equal to 3,500 pounds. 3.2.4 The ATV Trailer shall have a maxum external length of 144 inches excluding the tongue. 3.2.5 The ATV Trailer shall be compatible for towing by the ATV at an incident site. 3.2.6 The ATV Trailer shall be equipped with a jack stand for safe and quick deployment of a fully loaded ATVS. 3.2.7 The ATV Trailer shall include a spare tire mount with a full size spare wheel and a spare tire mounted on the trailer in an area that does not interfere with lifting or tilting the bed. 3.2.8 The ATV Trailer shall have solid flooring vice heavy wire mesh. 3.2.9 The ATV Trailer shall include a storage box of at least two cubic feet capacity with a lid and hasp mounted in a manner that neither interferes with the spare tire nor impedes the trailer's mobility. 3.2.10 [T] The ATV Trailer shall include an additional rail or system that can be attached to existing side rails securely transport three standard medical litters arranged laterally on the trailer. [O] The additional rail or system can securely transport four standard litters, arranged laterally on the trailer. 4. SUBMISSION REQUEST. Respondents are encouraged to furnish MCSC with information papers describing their commercial product's capability to meet the above requirements. Responses should include specification sheets, test data, independent certifications, company briefings and may also includein-person presentations outlining how the submission meetsthe ATVS performance requirements. Responses should also include an estimated price for the requested system. Please provide as much information sufficient to fully illustrate pricing, capabilities, and specifications. The written submissions should include a single document in.pdf format for each category listed below, using the following naming conventions: •· Tab A: Product Information - (Offeror Name) •o Equipment information (i.e. weight, dimensions and support components) •o Technical information (i.e. technical literature, instructions, data and illustrations, photographs) •o Product cost •· Tab B: Delivery, Training and Warranty- (Offeror Name) •o Delivery cost and timeline •o Training costs and duration •o Warranty costs and duration •o Maintenance and sustainment certification requirements •· Tab C: Certifications (Offeror Name) •o Copies of list of any certifications held •o Copies or list of any testing conducted, especially to any military standards, to include the dates of testing, brief summary of test objective, entity paying for the testing, and entity performing the testing •· Tab D: Company Information - (Offeror Name) •o Business size, address, Commercial and Government Entity (Cage) Code and Small Business Administration designation, if applicable Please submit all responses electronically. Respondents should upload and submit their Sources Sought responses by 23 SEP 2016 to the Safe Access File Exchange (SAFE) application via https://safe.amrdec.army.mil/safe/. Proceed as a Guest user by clicking on "I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User." Fill in all required fields, upload your Sources Sought response, and grant access to files to the following: peggy.l.smith1@usmc.mil and erin.valliere @usmc.mil and then press the "Submit" button. Submitted material will not be returned. Submissions are NOT to contain any classified information. Proprietary information will be appropriately handled when clearly identified as such. Respondents shall mark proprietary information as appropriate. Questions and Answers: Please submit Sources Sought questions to the Contracting Officer via e-mail at Peggy.L.Smith1@usmc.mil, with a courtesy copy to erin.valliere@usmc.mil no later than 26 AUG 2016. MCSC will post all questions, answers, information discussed, and any other information pertinent to this Sources Sought on the Federal Business Opportunities website (https://www.fbo.gov/). Industry Day: At this time, MCSC does not plan to hold an Industry Day for this Sources Sought. Should this decision change, MCSC will post information for respondent participation on the Federal Business Opportunities website ( https://www.fbo.gov/ ) within 15 business days of the Sources Sought closure. Non-Government Support Contractors: MCSC will use support contractors from Patricio Enterprises and Knowldege Capital Associates who are non-Government personnel to help collect and review market research information. Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. § 423) (hereinafter referred to as "the Act"), as implemented in the FAR, protects proprietary information from unauthorized disclosure. Contractual organizational conflict of interest and non-disclosure clauses bind these support contractors to safeguard proprietary information in accordance with law and regulation. Supporting contractor personnel are procurement officials within the meaning of the Act and will sign Non-Disclosure Agreements as well as take all appropriate action to preclude unauthorized use or disclosure of proprietary data.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-16-I-1135/listing.html)
 
Record
SN04222296-W 20160814/160812235224-4364b90ff104092b4787076a6b4abcc5 (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.