SOURCES SOUGHT
23 -- Team Armor Partnership (TAP) - TAP Repair NIINs
- Notice Date
- 4/18/2018
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-17-C-0052_P00005
- Archive Date
- 5/5/2018
- Point of Contact
- Jasmine Donner, Phone: 5862822743
- E-Mail Address
-
jasmine.r.donner.civ@mail.mil
(jasmine.r.donner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The service provider should possess the ability to manage the complete supply chain for all LRU components to ensure adequate supply is available to meet LRU and SRU requisition requirements. The service provider should also possess the capability to continuously monitor TMs and Technical Data Packages (TDPs) to ensure up to date configurations and repair processes are incorporated real time. MARKET SURVEY NOTICE Electronic Item Repair DESCRIPTION OF INTENT: This is a Request for Information (RFI). No contract will be awarded from this announcement. This is not a Request for Proposal (RFP), nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this market survey is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Data submitted in response to this market survey will not be returned. DISCLAIMER: Reference herein to any specific commercial company, product, process, or service by trade name, trademark, manufacturer, or otherwise, does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government or the Department of the Army (DA). The opinions of the authors expressed herein do not necessarily state or reflect those of the United States Government or the DA, and shall not be used for advertising or product endorsement purposes. OBJECTIVE: The purpose of this market survey questionnaire is to obtain information on industry capability to satisfy U.S. Army requirements for receipt, inspection, diagnosis, repair, testing, storage, and issue of select Line Replacement Units (LRUs) associated with the Abrams and Bradley families of vehicles. PERFORMANCE REQUIREMENTS: In satisfying the above objective requirements, it will be necessary for the service provider to perform the following functions: 1. Receipt and inventory all inbound LRUs and Shop Replaceable Units (SRUs). Process receipt documentation (DD 250, DD1348, DD1149, DIELOG etc.); 2. Test condition of field returned items using Direct Support Electrical Systems Test Set (DSESTS), or other electronic test equipment to determine condition code; a. Add Condition code A items to inventory and ensure Logistics Modernization Program (LMP) is updated to reflect real time availability of serviceable inventory; b. Disassemble condition code H LRUs; 1) Salvage all serviceable and repairable SRUs and return to inventory stores; 2) Scrap or dispose of obsolete parts and parts damaged beyond use or economical repair, IAW Army regulations; c. Add Condition Code F items to unserviceable inventory. 3. Initiate repair of unserviceable inventory to ensure serviceable asset availability. a. Repair of all LRUs should be performed to the latest approved Technical Manual (TM) b. Include current configuration of all SRUs in all LRU repairs; c. Apply IUID to all LRUs and SRUs when missing; 4. Monitor LMP for requisitions of serviceable LRUs; a. Package serviceable LRUs and process for shipment; b. Ensure LMP is updated real time after shipment; 5. Monitor serial numbers of repaired serviceable assets to track life of LRU and SRU after release from TAP facility. The performance of the aforementioned must take place at the Government-Owned, Contractor-Operated (GOCO) facility located in the Republic of Korea. The service provider must have the immediate availability to perform the above described functions on the following list of LRU and SRU NIINs in the Republic of Korea within 60 days from time of award. **NIIN list provided as Attachment** The service provider should possess the ability to manage the complete supply chain for all LRU components to ensure adequate supply is available to meet LRU and SRU requisition requirements. The service provider should also possess the capability to continuously monitor TMs and Technical Data Packages (TDPs) to ensure up to date configurations and repair processes are incorporated real time. RESPONSES: Each initial response to this market survey is requested to include: 1. A brief (no more than one page) company description, summarizing the organization's history and pertinent industry experience that would have provided the proficiency to expertly perform the above described tasks. 2. An executive summary (no more than one page) of the information submitted in response to this market survey. 3. Point(s)-of-Contact (POC) with associated contact information. 4. Answers to the following questions: a. Describe your knowledge of the LRU's, and their associated SRUs, in the list above. b. Describe your knowledge and expertise in performing diagnostic testing using DSESTS. c. Describe your qualifications to perform TM level repair on the components listed above. d. Describe your experience with performing expert TM level repair on the components listed above e. Describe your knowledge of and access to the TDPs and TMs for all items listed above. f. Describe your experience in managing the supply chain for military electronic components. g. Discuss any issues you see in technical data rights and how it could impact your ability to perform the above described work. h. Describe your experience in working in LMP. i. How much transition time would your company require to perform this contract? j. Identify any issues you foresee in performing the above described tasks. k. How many employees are in your company? l. What is your company's annual revenue? m. Are you currently registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF)? n. Describe your experience in performing work in a GOCO facility and performing work on an Army Base. o. Describe in general terms, how you would execute the functions listed above to satisfy the Government's objective requirements. RESPONSE DUE: Responses to this market survey are DUE BY April 20, 2018. Please submit all responses and any questions prior to full response via email to roxanna.m.genova-lasecki.civ@mail.mil. Please format the subject line of the response email as follows: "[Organization Name] response to Market Survey - Team Armor Partnership (TAP) Korea." RESPONSE FORMAT(S): Only electronic responses are requested. Please provide e-mail responses in PDF format to the Government POCs listed below. If you submit multiple e-mail messages, please make sure the subject lines include, for example, "message 1 of 3, 2 of 3, 3 of 3," as well as [Organization Name]. All interested entities (e.g. companies, non-profit organizations, and academic institutes), regardless of size, are encouraged to respond to this request for information. All material submitted in response to this market survey must be unclassified and properly marked. GENERAL INFORMATION: The Government appreciates the time and effort taken to respond to this market survey. The Government acknowledges its obligations under 18 U.S.C. §1905 to protect information qualifying as "confidential" under this statute. [To avoid possible confusion with the meaning of the term "confidential" in the context of Classified Information," we will use the term "PROPRIETARY."] Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) "PROPRIETARY" with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (excessive breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting, or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the "PROPRIETARY" legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate, when only portions of an electronic file are proprietary, use the restrictive legends ‘PROPRIETARY PORTION BEGINS:" and "PROPRIETARY PORTION ENDS." 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the government shall also reproduce the asserted restriction legend and any explanatory text. 6. The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as "PROPRIETARY" will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available. GOVERNMENT POINTS OF CONTACT: Roxanna Genova-Lasecki, Army Contracting Command (ACC) - Warren, email: roxanna.m.genova-lasecki.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/819964e580eeacd90155c5426e9b9245)
- Record
- SN04893847-W 20180420/180418230925-819964e580eeacd90155c5426e9b9245 (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 |