SOURCES SOUGHT
38 -- Commercial Excavator Tilling Implements
- Notice Date
- 12/27/2007
- Notice Type
- Sources Sought
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-08-Q-0002
- Response Due
- 1/17/2008
- Archive Date
- 3/17/2008
- Point of Contact
- Patricia Davis, 703-325-1713
- E-Mail Address
-
Email your questions to US Army C-E LCMC, Acquisition Center - Washington
(pat.davis@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The CECOM LCMC Acquisition Center Washington seeks sources for excavator mounted, rotary soil tilling devices. This market research supports the US Army CERDEC Night Vision and Electronic Sensors Directorate mission for development and adaptation of equipment for excavating or destroying buried landmines. Information relating to commercially available implements for tilling, milling, grinding or otherwise engaging the ground to chip, shred, plane, or shave the soil and insitu contents to small par ticle size. The commercial devices sought must be able to fit at the working end of at least one commercially available excavator. Information relating to models with size and power requirements for any sized excavator is requested. In addition, informa tion may be provided relating to models requiring power sources above and beyond power available on standard excavator configurations. Devices built for any original purpose are welcome so long as they have previously been fabricated, operated, and are a commercial item in accordance with the definition of commercial item provided in Federal Acquisition Regulation (FAR) 2.101. Devices operating at any rotational speed and with any orientation of spin axis are welcome. Firms with implements meeting the above requirements are invited to supply commercial literature up to 20 pages and white papers up to 5 pages in length providing a description of their available system(s). The materials supplied should provide (1) photographs of the equipment (2) Wr itten description of the intended purposes and action of the equipment (3) Technical specifications including size, weight, power, power source/interface, mechanical interface, compatible excavator requirements (4) Technical capability (depth of ground eng agement, area coverage rates, types of soils and vegetation the implement can handle (5) commercial terms (price schedules, warranties, discounts) under which equipment is typically offered. Proprietary information submitted in response to this So urces Sought notice shall be marked accordingly and will be protected when clearly identified. Response to this Sources Sought should be received no later than 17 January 2008. Respondents are responsible for any costs associated with preparing and deliv ering responses. Submissions should be made via email to Patricia Davis, Contracting Officer at pat.davis@us.army.mil. Questions of a contractual nature may be address to Ms. Davis at pat.davis@us.army.mil or of a technical may be address to Mr. Chris W anner at chris.wanner@us.army.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED. The subject of the mail message shall be: Commercial Excavator Tilling Implements, Your Companys name. If the submission can not be made via email due to size constraints the package may be mailed to US Army CECOM Acquisition Center Washington, 2461 Eisenhower Avenue, Room 1126, Attn: AMSEL-AC-WB-B (Ms. Patricia Davis), Alexandria, VA 22331-0700. If the package is mailed, an electronic mail message should be sent to notif y Ms. Davis. Submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items/services or for the Government to pay for information received.
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01476650-W 20071229/071227223837 (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 |