SOURCES SOUGHT
39 -- REQUEST FOR INFORMATION (RFI) : LASER LEVELING SYSTEM (LLS) DEMONSTRATION
- Notice Date
- 9/1/2011
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785411R5555
- Response Due
- 9/8/2011
- Archive Date
- 9/30/2011
- Point of Contact
- JAMES ADDAS CONTRACT SPECIALIST 7034323448
- Small Business Set-Aside
- N/A
- Description
- Response Due 08 SEPT 2011 Introduction This announcement constitutes an RFI notice for market research. This is NOT a Request for Proposal. This announcement is being posted to both the Federal Business Opportunities (FedBizOpps) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. Description The LLS will consist of a survey set and an automatic grade Control system (GCS). The LLS is used to design and prepare roads, airfields and storage areas/lots. The Survey set consists of the equipment necessary to collect distance, direction, elevation, and position data that is imported into commercial site design software and translated into site construction plans. The GCS consists of the equipment necessary to provide a machine operator with precise, automatic blade control used in the preparation and repair of roads, airfields, and storage areas/lots. Purpose Marine Corps Systems Command, Program Manager, Engineer Systems is requesting a demonstration of the GCS components of the LLS. Survey sets will not be demonstrated. Vendor participation is for government planning purposes only, and will be at no cost to the government. vendors shall provide past performance of their system ™s interoperability with the Caterpillar 120M Motorized Road Grader and John Deere 850JR Medium Crawler Tractor (MCT). LLS RFP will be for the procurement and delivery of a maximum of 543 LLSs. This includes the Army requirement of 456 GCS and the Marine Corps requirement of 87 units (including 48 Survey Sets and 39 GCS). The purchase will include shipping, standard OEM warranty, spares, calibration tooling, New Equipment Training (NET), and technical manuals beginning in Fiscal Year 2012. The purpose of this LLS demonstration is for the Marine Corps to observe: Current capabilities available in Industry Level of effort required to adapt OEM components to the grader and MCT utilizing currently installed grade contol kits Marine Corps Systems Command extends the opportunity for potential vendors to interact with the Grader and MCT prior to the technology demonstration. This allows vendors to determine their system ™s interface and interoperability requirements in order to ensure demonstration success. Scheduling requests must be emailed as soon as possible to: Rick Daley at richard.daley@usmc.mil, Phil Dombeck at philip.dombek@usmc.mil, John Peters at john.a.peters@usmc.mil Government Furnished Information/Equipment USMC will provide a TerraModel generated site plan to all participating vendors at the demonstration. Graders, MCTs, and Install Kits will also be provided by Government. Demonstration Schedule/Requirements The demonstration is scheduled to take place from 22-30 September 2011 at the Marine Corps Engineer Schoolhouse located at Fort Leonard Wood, Missouri. Participating vendors will be assigned a two day window to install, demonstrate, and remove their system. While there are no requirement for vendors to bring multiple GCSs, vendors will be required to show interoperability with both the MCT and the Grader in this 2 day period. All Interested vendors will demonstrate the following: Upload Terramodel site plan GPS Automatic Blade Control Laser Automatic Blade Control Sonic Tracer Automatic Blade Control Cross Slope, including cross slope calculations and elevation control Performance Requirements Procurement of the replacement LLS, at a minimum, must meet the following GCS performance parameters currently resident in the fielded equipment: GCS: Must be capable of operating with cross slope sensors. Must be capable of operating with lift sensors. Must be capable of operating with location sensors. Must incorporate a GPS receiver. Must incorporate a laser receiver. Must be capable of operating with a blade rotation sensor. Must be capable of operating with a sonic tracer. Must be capable of operating with a mainfall sensor. Must include a component that receives data from the GPS base station. Must be capable of providing a 3D View that incorporates a guidance plane to calculate cut and fill corrections. Must be capable of producing a production report that shows a time-stamped record of machine statistics for post processing in the site office. Must be capable of providing a map recording that provides a location-oriented record of machine activity and site location. Must incorporate valve controller, blade control valves, and remote switches that will enable the automatic blade control of cutting edge positions. RFI Submission Requirements Commercial sources possessing the capability to accomplish this requirement are invited to submit: 1.Written confirmation of intent to participate in the technology demonstration along with acknowledgement that there will be no cost to the government. 2.Statement of qualification 3.Product literature that identifies operational temperature range of all equipment used with the LLS (including survey components) 4.Written brief by vendor two weeks after the demonstration that details modifications required to adapt automatic grade control solution to the grader and MCT Request for Information responses shall be received by Ground Transportation and Engineering Systems (GTES), no later than 08 September 2011. Product information shall be submitted to the MCSC GTES Contracting Officer via email or mail. Telephone responses will not be honored. Submissions will be utilized for market research and all materials will be retained in confidence. Emailed responses should be directed to james.addas@usmc.mil and richard.augsburger@usmc.mil. Mailed responses should be directed to: ATTN: Mr. James Addas MCSC GTES Contracting Specialist 2200 Lester Street Quantico, VA 22134-5010
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411R5555/listing.html)
- Place of Performance
- Address: U.S. MARINE CORPS ENGINEER SCHOOL, FT LEONARD WOOD, MS
- Zip Code: 65473
- Zip Code: 65473
- Record
- SN02560152-W 20110903/110902103457-c6531fc9c9f0da7a23936fc03f9c9d7b (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 |