SOLICITATION NOTICE
59 -- Dynamic Mine Countermine Capability capable of testing vehicles and systems against the threat of land mines and IEDs in a dynamic state - 4 each. First article testing of 1 unit required.
- Notice Date
- 2/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK07T0283
- Response Due
- 2/22/2007
- Archive Date
- 4/23/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0283. This solicitation is a Total Small Business Set Aside. This solicitatio n document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-04. The associated North America Industry Classification System (NAICS) Code is 334511 and the Business Size Standard is 750. THE STATEMENT OF WORK IS AS FOLLOWS: UNMANNED VEHICLE NAVIGATION AND CONTROL SYSTEM. 1.0 BACKGROUND The Unmanned Vehicle Navigation and control System that is being procured is part of a new capability at the Aberdeen Test Center. This new capability is called the D ynamic Mine Countermine Capability (DMCMC). The dynamic Mine Countermine Capability a facility which is capable of testing vehicles and systems against the threat of land mines and IEDs in a dynamic state. The need exists to accurately evaluate the vulne rability and survivability ofmilitary vehicles and systems against the threat of land mines and IEDs in a controllable dynamic environment. The facility and system under test must be controlld while accurate and thorough information is obtained to evaluat e system prformance and characteristics. The Unmanned Vehicle Navigation and control System will be used in conjunction with other systems and instrumentation to test vehicles in the operational and functional dynamic state against realistic threats. 2.0 OBJECTIVE - To provide Unmanned Vehicle Navigation and Control Systems for the Aberdeen Test Center. 3.0 SCOPE OF WORK 3.1 The Unmanned Vehicle Navigation and Control Systems must be designed to fit every wheeled vehicle in the military inventory that ut ilizes a conventional steering wheel, automatic transmission, and standard brake and acceleration pedal configuration. The system must be capable of safely controlling and operating a vehicle while the vehicle is totally unmanned and the remote operator i s kept a minimum of 500 meters and a maximum of 3000 meters from the vehicle with a clearline of sight. The system must be ruggedized to prevent failure from shock and accelerations induced from rough terrain and explosive events. The system must be port able with the ability to install with minimal modifications to the vehicle and with a reasonable insallation time period. The system must not substantially interfere with the external configuration of the vehicle and may not add significant weight to the vehicle on which it is installed. The system must be safe to install, mainain and operate as well as provide complete safety features to eliminate catastrophic events in the event of system failure or malfunctions. The vehicle must retain the capability to be driven manually while system is installed on the vehicle. The system must be able to withstand a range of temperatures and external weather conditions including rain, sun, for, wind, and sand. The system must have the capability to be ontrolled via GPS and manipulation from a remote operator based on visual information. The system may not utilize any frequency that requires authorization for use unless authorized by ATC prior to proposal submission. Prior to acceptance, one system must be installe d by the contractor, at ATC, on a HMMWWV and operated remotely at speeds in excess of 30 mile per hour and have the front left wheel cross over a designated point (+/-4 inches) on a straight gravel roadway. 3.2 PERFORMANCE REQUIREMENTS Entire system must weight less than 150 lbs. Entire system's control and power units/modules may not occupy more than 1 cubic yard of total volume. Power requirements for the sy stem are that the system must operate on either 12 or 24 volts DC power and not draw more current than can be supplied by a typical HMMWV electrical system. The installation of the system must require no more than a four person team. System must be capab le of being installed in the entire range of wheeled vehicles in the Army inventory with minimal modifications to the vehicle. Up to six one inch diameter holes may be drilled and units may be mounted via screws and/or bolts. Sytem must be controlled vi a PC with included software. Sytem must be JAUS compliant. System must be capable of operating vehicles at standard Operating speeds (5-55mph) on a straight paved roadway. System must operate in temperatures from 32 - 95 degrees Fahrenheit. System must be resistant to shock and acceleration inputs up to Gs. System must be capable of being operated remotely via operator with controls or by using GPS coordinates. System must include all equipment, hardware, and software to operate properly under all desc ribed parameters. System must have safety features to provide emergency shutdowns to include the capability to shutdown the vehicle remotely and manually b push button stops mounted on th vehicle that can be accessed from any side of the vehicle while app roaching vehicle. System must not degrade the vehicle's performance due to installation or operation of the system. The vehicle must be fully functional after the system is removed and not affected by the system. System must provide cameras and connecti vity to view environment around vehicle while being operated remotely. 3.3 SAFETY, MAINTENACE, MANUALS, TRAINING, AND RELIABILITY The entire system shall be able to be operated and serviced in a safe manner with adherence to all accepted safety regulatio ns and guidelines. Detailed manuals and drawings shall be provided of the entire sysstem. Software code shall be provided along with operational manuals to permit the user to create unique paths and speeds required during testing. There shall be a one-y ear full warranty on the system after completion of the acceptancee of the system. The contractor shall provide complete system training on site to the customer for approximately 6-10 personnel. The contractor shall provide spare parts for components exp eriencing normal wear for a period of one year. Contractor shall repair all problems identified in the first year resulting in the breaking of the system or parts, excessive wear on components, and/or degraded performance of the systems to permanently res olve the problem from any future occurrences. The Contractor shall perform full system testing on the initial fielded ystem to ensure the system complies with specifications and is safe to operate. All electronics, computers, and electrical equipment sha ll be in shock and temperature controlled enclosures and impervious to humidity and temperature changes. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, MD 21005. The fol lowing clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.209-4 FIRST ARTICLE APPROVAL - GOVERNMENT TESTING (SEP 1989). 52.212-4 Co ntract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The government will award a contract to the offer or whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representatio ns and Certifications Commercial Items, and DFAR 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms a nd Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, w ith Alternate I, FAR 52.219-6 Notice Of Total Small Business Set-Aside; FAR 52.219-8; Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Pr ohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FA R 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Te rms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy Ameri ca and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be a ccessed electronically at this address: http://far site.hill.af.mil, and http://www.arnet.gov/far. Responses to this RFQ must be signed, dated, and received via electronic mail or fax on February 22, 2007 no later than 10:00 AM EST at the US Army Contract ing Agency, SFCA-NR-APC-T (Irene Mancuso), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register wit h CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Irene Mancuso, Contract Specialist via fax (410)306-3889, or via email irene.mancuso@us.army.mil.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01228611-W 20070210/070208223209 (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 |