SOURCES SOUGHT
38 -- MARKET SURVEY FOR FRONT LOADER/REAR EXCAVATOR. Http://contractingtacom.army.mil/opprotunity.htm POINT OF CONTACT: Ms. Doris Strong (586) 574-7409
- Notice Date
- 2/15/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente, ATTN: AMSTA-CM-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- DAAE07-NOT APPLICABLE
- Response Due
- 4/1/2002
- Archive Date
- 5/1/2002
- Point of Contact
- Jeanne Check-Sanchez, 586-574-8283
- E-Mail Address
-
Email your questions to US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente
(checksaj@tacom.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA MARKET SURVEY A. The US Army desires to insert new technologies into the fleet of Small Emplacement Excavator (SEE) vehicles to improve the overall performance of this aging fleet. The purpose of this survey is to aid the US Army in finding potential commercial manufact uring partners to fulfill our need for improving the SEE. We are looking for proposals to improve the SEE in its current configuration. B. The SEE vehicles have a front loader and a rear excavator. The SEE requirements include the capability of lifting, loading and construction operations. These tasks and operations include, but are not limited to, loading sand, and aggregate into Army dum p trucks and aggregate bins, as well as excavating consolidated earth, digging, and trenching operations. C. Important capabilities of the SEE include the areas of mobility, stability, and maintainability. The SEE requires transported by air, ship, and highway, as well as being air-drop-able from a C141 or C130. The SEE must be capable of being transported by helicopter (load under 16,450 lbs.). The SEE must have a minimum highway travel speed of 40 mph on the first three roads classification outlined in FM 5-33 Terrain Analysis: all weather, hard surface, dual/highway; all weather, hard-surface highway; and al l-weather, loose-surface highway. The SEE shall also be capable of working on rough, soft, unimproved ground and the last two road conditions outlined in FM 5-33: loose-surface highway; and cart track at reduced speeds safe to operator. The Army is interes ted in improved SEE suspension system, to provide the vehicle the maximum stability possible. Currently the SEE has one, if not the only manual transmission remaining in the Army?s fleet, making it a potential training/support cost driver. D. Identify the area(s) of improvement you are addressing. Please provide as much information on your proposed improvement(s) and experience as possible to include, be not limited to the following:  Vehicle Area(s) subject to improvement(s)  Your plan(s) for that improvement(s)?  Logistic support (i.e. repair parts, manuals, and training) that you can provide? Logistics supportability is a critical requirement for this system.  The (estimated) time frame for providing this improvement?  Cost (estimate) associated with the improvement?  Experience you have at this type of application?  Your experience with the SEE vehicle?  Also please provide manufacturing plant location, and production rates of the component(s)/ part(s) (current and maximum). E. Any supplemental information concerning the performance, human factor engineering/safety, reliability/maintainability, etc., of your product or any other literature concerning your company?s warranty program, production longevity, and reputation that wo uld be useful in your proposal. F. All information should be sent to the following address: Commander US Army TARDEC ATTN: AMSTA-E-ELE/21, Mail station: 21 Bldg. 201 Doris Strong Warren, MI 48397-5000 For any questions or information, please contact Mrs. Doris Strong, (586) 574-7409.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente ATTN: AMSTA-CM-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Zip Code: 48397-5000
- Record
- SN00027411-W 20020217/020215213216 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |