Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2020 SAM #6662
SOURCES SOUGHT

23 -- RFI - Joint Armored Ground Mobility System (JAGMS)

Notice Date
2/23/2020 7:03:44 AM
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621 USA
 
ZIP Code
33621
 
Solicitation Number
JAGMS
 
Response Due
4/10/2020 2:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Paul Foxx
 
E-Mail Address
Paul.Foxx1@socom.mil
(Paul.Foxx1@socom.mil)
 
Description
Request for Information (RFI) Joint Armored Ground Mobility System (JAGMS) Classification Code:� 23 � Ground effects vehicles, motor vehicles, trailers, & cycles NAICS Code:� 336992 � Military Armored Vehicle, Tank, and Tank Component Manufacturing FSC Code:� 2355 Combat, Assault, and Tactical Vehicles, Wheeled Description:� Heavily Armored C-130 Transportable Vehicle This is a United States Special Operations Command (USSOCOM) Request for Information (RFI) concerning a nine (9) to eleven (11) passenger armored ground tactical vehicle capable of being Internally Air Transportable (IAT) in a C-130. The purpose of this RFI is to determine the types, suitability, and maturity levels of armored vehicles available in the marketplace. Respondents should respond to all parts of this RFI.� Respondents shall provide feedback regarding the feasibility and risk levels of meeting the requirements outlined below with an existing mature vehicle, any driving costs or schedule factors, and/or any additional information that would clarify current Industry capabilities. The Government is primarily focused on understanding the marketplace for commercial and non-developmental items and/or commercial items easily modified.� �� The Key Performance Parameters for JAGMS are as follows: JAGMS shall have the capacity to transport nine (9) to eleven (11) operators. JAGMS shall be C-130 transportable without the need for modification. JAGMS shall meet the Survivability requirements listed in the Survivability Requirements Annex (Classified SECRET). Respondents that would plan to propose as the Prime Contractor and currently hold active Facility Clearances and Personnel Clearances at the SECRET level may request the Survivability Requirements Annex prior to the RFI response due date of 10 April 2020. All submissions for this data request shall be sent to Mr. Paul Foxx at paul.foxx1@socom.mil. Responses to this RFI should be in the form of a White Paper and should include the company name and address; and a Point of Contact with name, phone number and email address. Feedback is defined as information regarding the feasibility of meeting the requirements with existing and/or proposed vehicles and data regarding capability of existing or proposed vehicles. Request respondents identify the extent to which their current capabilities provide the following attributes for the JAGMS vehicle: a. Vehicle Model � b. Estimated Unit Cost � c. Maturity Level and expected 25-year supply chain support for main driveline components� d. Operator Capacity � e. Engine/Fuel Type � f. Prep Time for C-130 IAT Prep � g. Range � h. Horsepower/Torque � i. Transmission Type � j. Drive System � k. Length, Width, Height � l. Wheelbase(s) � m. Vehicle Curb Weight (VCW) � n. Gross Vehicle Weight (GVW) � o. Payload � p. Ground Clearance � q. Top Speed at GVW � r. Acceleration at GVW 0-30 MPH � s. C-130 Internal Air Transportability Certification � t. Maximum Longitudinal Grade Forward/Reverse � u. Maximum Side Slope Forward/Reverse � v. Level of Protection at C-130 Transport Configuration & Weight � w. Base Vehicle Armor & Survivability Levels for Ballistic & Blast � x. Underbody Protection � y. CROWS capability � z. Internal 360� situational awareness Request respondents identify: Validation on blast and ballistic protection. Validation of performance. Fielded quantities, and with whom. Production lead times. � Responses should be submitted no later 10 April 2020. Responses shall be submitted to Mr. Paul Foxx at Paul.Foxx1@socom.mil. One-on-One Government technical meetings between respondents to this RFI may be scheduled after a vendor�s submission as determined by the Program Management Office (PMO).� All efforts shall be made to protect proprietary information that is clearly marked in writing. Lessons learned by USSOCOM from these white papers may be broadly disseminated, but only within the Government.� The respondent�s attention is directed to the fact that contractor personnel may review and provide support during review of submissions. Submission of documentation in response to the RFI constitutes approval to release documentation submission to Government Support Contractors. Responses from all industry sources are welcomed and encouraged.� This market research is for informational purposes only.� This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued.� This notice shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government.� No entitlement to payment will arise as a result of the submission of contractor information.� No other program information related to this request is available. Use of Information: All proprietary information contained in the submission shall be appropriately marked. The Government will not use proprietary information submitted from any one firm to establish future capability and requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bec390b9efb74771be1c0ed12b5edb87/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05569878-F 20200225/200223230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.