SPECIAL NOTICE
62 -- Request for Information for a LAV Recovery Work Lamp
- Notice Date
- 3/15/2012
- Notice Type
- Special Notice
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV12R0307
- Archive Date
- 3/15/2013
- Point of Contact
- Frankie Lynn Jones, 5862829010
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(frankie.jones3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research for the USMC Family of Light Armored Vehicle (FOLAV) : Request for Information. The requesting contracting command is: U.S. Army Contracting Command Warren 6501 E. 11 Mile Road ATTN: CCTA-AIM-B (MS 501) Warren, MI 48397-5000 LAV-Recovery Work Lamp RFI The Program Manager's Office for Light Armored Vehicles is seeking information on a lighting upgrade kit for the Recovery (LAV-R) variant. Technical data for the part numbers referenced in this Request for Information (RFI) will be provided as Government Furnished Information (GFI). The following technical drawings marked as For Official Use Only (FOUO) are available upon request to give industry the size and dimensions of the current light system of the LAV-R vehicle. 1. (FOUO) 8739551-Flood Lamp Assembly, 24V 2. (FOUO) 2624687-Cable Assembly, 24V DC Extension 3. (FOUO) 2624346-Flood Light Assembly 4. (FOUO) 2624344-Support, Flood Light DISTRIBUTION STATEMENT C: Distribution is authorized to U.S. Government Agencies and their contractors; per the FOLAV Security Classification Guide. Date of determination is date product is generated. Other requests for this document(s) shall be referred to the attention of the FOLAV Security Manager, G2, US ARMY TACOM (LCMC), 6501 East 11 Mile Rd, Warren, Mail Stop #105, MI 48397-5000, Commercial (586) 282-5604. 1.Background: The Light Armored Vehicle Recovery variant (LAV-R) is equipped with 6 work/flood lamp assemblies: two vehicle mounted assemblies (Commercial Item Description A-A-52498) and two dual lamp tripod assemblies (drawing 2624346). The vehicle mounted assemblies are powered by two 25 foot cables and the tripods by two 50 foot cables (drawing 2624687). These lamp assemblies provide additional lighting for stationary operations and are stowed when not in use. There are two designated 28V power ports on the vehicle's power source for cable connection. With limited power ports, only one of the following configurations can be in use at one time: a.Two vehicle mounted lamp assemblies. b.One vehicle mounted assembly and one lamp tripod assembly. c.Two lamp tripod assemblies. 2.Problem: The current system appears to be original to the vehicle but cannot function as intended. a.The power cable configuration (drawing 2624687) supplied with the dual lamp tripod assembly does not connect to the rigger's control panel power port. The power cable is terminated with a 2630513-8 type connector and the panel only accepts a CIR06G2-14S-7P-F80 type connector. This prevents the use of the lamp tripod assembly. b.The two ports on the vehicle's power source are on a dedicated 15 amperes vehicle circuit. All six lamp assemblies described above use a common, 5.8 amperes, PAR46 lamp. The current draw needed to operate one vehicle mounted assembly and one lamp tripod assembly or two lamp tripods exceed the circuit's capability. 3.Objective: Provide the government with supporting data that displays industry's ability to meet the following objectives: a.Allow for the individual operation of each of the following configurations without exceeding 15 amperes: i.The use of two vehicle mounted lamp assemblies. ii.The use of one vehicle mounted lamp assembly and one lamp tripod. iii.The use of two lamp tripods. b.Connect to the vehicle's power source without modification. c.Utilize the existing lamp assembly housing (i.e. PAR46 replacement) or provide a lamp assembly replacement that fits the current flood lamp assembly support (drawing 2624344). 4. Proprietary Information: The United States Government (USG) acknowledges its obligations under Federal Acquisition Regulation (18 U.S.C 1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this RFI and to protect such information from unauthorized disclosure, subject to the following: -Qualifying data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified as to exactly what data so qualifies. -Mark only data that is truly confidential. -Do not mark data that is already in the public domain or is already in the possession of the USG or third parties on an unclassified basis. -Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover and the transmittal e-mail, as well as at the beginning of the file. -Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS." 5. Disclaimer: The USG is not obligated to protect unmarked data. Nor is the Government obligated to like data in possession of third parties or for data which is afterwards placed in the public domain by the contractor or by third parties through no fault of the USG. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all Government personnel provided with protected information will, prior to receiving copies of such information, sign a Non-Disclosure Agreement, which alerts personnel of the confidential nature of the information being provided, as well as the seriousness of the Government's obligations to protect such information. 6. The information provided in this announcement is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Point of Contact: Ms. Frankie L. Jones, Contract Specialist, U.S. Army Contracting Command- Warren, MI. Phone: 586-282-9039, Email: 586-282-9163 Frankie.l.jones22.civ@mail.mil RFI Schedule: Issue: 15 March 2012 Questions: Submitted no later than 10 day of RFI Closing. Closing: 30 days from release of RFI to industry.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4311447dd0a49138535dd98c31ca1b31)
- Record
- SN02698101-W 20120317/120315235421-4311447dd0a49138535dd98c31ca1b31 (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 |