|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1998 PSA#2217U.S. Army Tank-Automotive and Armaments Command, Acquisition Center
(AMSTA-AQ-DE), Warren, MI 48397-5000 19 -- MODULAR CAUSEWAY SYSTEMS COMPONENTS (MCSC) POTENTIAL SOURCES
SOUGHT DUE 112098 POC Deborah Walker (810) 574-7952 WEB: Click here to
view this announcement and Purchase Description,
http://www.tacom.army.mil/acqcen/ssn/sources.htm. MODULAR CAUSEWAY
SYSTEMS COMPONENTS (MCSC) POTENTIAL SOURCES SOUGHT -- POC: DEBORAH B.
WALKER, DUE: 20 NOV 98. The U.S. Army Tank-automotive and Armaments
Command (TACOM-Warren), is seeking information from potential sources
of non-developmental (NDI) vessels for a potential future procurement
of powered and non-powered Modular Causeway Components based on a
performance based Purchase Description (PD). The desired systems
include Causeway Ferry (CF), Floating Causeway (FC), and
Roll-On/Roll-Off Discharge Facility (RO/RO DF). The section level units
are both powered and non-powered, and include beaching sections and sea
sections with a loading capability of 80PSI minimum. These systems and
sub-systems operate in harsh near shore environments in support of
U.S. Strategic Mobility requirements for Logistics Over The Shore
(LOTS) operations. Each system performs as a stand-alone unit and as
part of an interrelated system, which is assembled from the same basic
ISO compatible modules and sub-systems. Each of the systems includes
sub-systems and components that enhance the functionality of the
floatation modules and should conform to the ISO envelope. The MCSC
will be equipped with certain required ancillary equipment, such as:
anchoring, lighting, personnel protection shelter, safety components,
storage, transportability and handling systems. The U.S. Army has an
existing inventory of MCSC hardware and sub-systems, with which this
newly procured system must be compatible at the modular level. A
representative sample of the existing Army ISO compatible floating
modules, which are constructed from mild and cast steel weldments, are
located at Ft. Eustis, Virginia and will be made available/provided as
GFE upon contract award. The current plan is to provide detailed
drawings upon solicitation issuance as guidance only. Please review the
attached DRAFT Purchase Description and provide comments on the ability
of your company to comply with these requirements. In addition, please
respond to the attached survey questions. Proprietary information
submitted will be protected when so designated. A response to this
announcement is not a prerequisite for participation in any future
procurement program should such a program develop, nor will data
provided be used to qualify prospective offerors for any future
solicitations. No reimbursement for any costs connected with providing
TACOM with this information will be made. This sources sought
announcement is not to be construed as a commitment by TACOM to award
a contract, nor is it a Request for Proposal. Potential sources should
send the requested information (comments on the PD and responses to
survey questions) to U.S. Army TACOM, ATTN: AMSTA-DSA-TA-AQ (Deborah B.
Walker), Warren, MI 48397-5000 by 20 Nov 98. No phone inquiries will be
accepted. SURVEY INCLUDE: 1) Company Name; 2) Mailing Address; 3)
E-Mail Address; 4) Point of Contact (POC); 5) Telephone No; 6) Fax No;
7) Does your company currently produce and/or sell ships, floating
docks? Briefly provide a description ofyour company (how long you've
been in business, etc.) and the products you offer. If applicable,
please attach brochures and/or company literature; 8) List some of the
major customers for your products. (include company name, POC and
phone no.); 9) The Government would view "Partnering" or "Teaming"
arrangements very favorably. Please comment on the
feasibility/practicality of such arrangements for this acquisition.
Would your company consider teaming or partnering for this
acquisition?; 10) What is the minimum economic order quantity for this
item?; 11) How feasible do you consider the use of an indefinite
delivery/indefinite quantity requirements contract for this item?; 12)
What is the production lead-time (from time of contract award to first
delivery)?; 13) What is the maximum rate at which these units could be
produced?; 14) What is the economic impact, if any, of combinations of
different causeway components in the production quantity? Are there any
quantity discounts available?; 15) Are there any terms and conditions
unique to this industry, which are not normally a part of standard
Government contracts?; 16) Please make any suggestions on structuring
a potential causeway buy, which would enable the Government/customer to
obtain the most favorable terms, conditions, prices and delivery?; 17)
What type of warranty is the commercial standard for this industry?
Please attach a sample warranty from your company. To view this
announcement and the Purchase Description visit website:
http://www.tacom.army.mil/acqcen/ssn/sources.htm. Posted 11/04/98
(W-SN268485). (0308) Loren Data Corp. http://www.ld.com (SYN# 0226 19981106\19-0001.SOL)
19 - Ships, Small Craft, Pontoons and Floating Docks Index Page
|
|