SOURCES SOUGHT
23 -- Family of Medium Tactical Vehicles (FMTV) System Technical Support (STS) Services
- Notice Date
- 10/25/2018
- Notice Type
- Sources Sought
- NAICS
- 336212
— Truck Trailer 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
- W56HZV19R0020
- Point of Contact
- Sara Sarti, Phone: 5862825674, CHARLEY G. JACKSON JR., Phone: (586) 282-3514
- E-Mail Address
-
sara.e.sarti.civ@mail.mil, charley.g.jackson2.civ@mail.mil
(sara.e.sarti.civ@mail.mil, charley.g.jackson2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command-Warren (ACC-WRN) is issuing this Request for Information (RFI) announcement for the delivery of System Technical Support (STS) services for the in-production and out-of-production Family of Medium Tactical Vehicle (FMTV) variants. The potential services may include Engineering, Configuration Management, Quality Assurance, Integrated Logistics Support (ILS), Maintenance, Testing Support services and other related support efforts associated with Government-initiated changes and improvements to the FMTV vehicles. STS services may also include Contractor custody of the Government FMTV Technical Data Package (TDP) and vehicles, Government initiated ECPs, ECPs in support of fielded MTV vehicles, Logistics efforts in support of Government initiated ECPs and Maintenance Technical Representatives. The Contractor may be required to update and revise TDPs by incorporating approved change documentation at the direction of the Government through the use of the Advance Center for Engineering (ACE) Windchill system, which requires a Common Access Card (CAC) and approval to access. All FMTV STS services must be relatable and compatible to the current A2 specification, however, the complete Technical Data Package (TDP) will not be available until June 2020. The Government estimates the potential efforts could require about 15,000 man-hours per year to complete. This notice is a RFI ONLY; therefore, no questions will be taken at this time. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. If interested, furnish your detailed responses to this market survey questionnaire. Provide any supplemental information or commercial literature describing the human factors, engineering, safety, supportability, quality, cost, product availability or other information not specifically requested that support your response. The Government does NOT wish to obtain any proprietary or otherwise protected documents resulting from this market survey. The Government may return such data or documents submitted that have proprietary or protected markings. The intent of this market research process is to obtain information about contractor's products. The period of performance for this effort is anticipated to begin in Fiscal Year (FY) 2019 and run to FY 2025. Contractors who believe that they possess the necessary qualifications and who would be interested in competing for such a contract, please take the time to respond to the following questionnaire. Responses Due: The Government requests that all responses be returned by 5:00 Eastern Standard Time (EST) 09 November 2018. Response Format: If desired, responses may address the question number so as not to repeat the question in each response. It is requested that electronic responses be provided in any of the following formats: Microsoft Word 2013 or earlier, Microsoft Excel 2013 or earlier and Microsoft PowerPoint 2013. Zip files are not acceptable. E-mails are limited to 10Mb in size; e-mails in excess of 10Mb must be broken into smaller submissions. The subject line must read "(Company Name) response to FMTV STS RFI, Solicitation W56HZV-19-R-0020." Note: Be sure to spell out acronyms in their first instance. 1. Administrative Information: a. Company name: b. Mailing address and website: c. CAGE Code: d. Data Universal Numbering System Number (DUNS): e. North America Industry Classification System (NAICS) code: f. Location of Facilities: g. Business Size and eligibility under U.S. Government socio-economic programs and preference (i.e. type of business - large, small, small-disadvantaged, women-owned, veteran-owned, or 8(a)): h. If your company is a small business, is the company compliant In Accordance With FAR 52.219-14, Limitations on Subcontracting? i. Is your company located in a labor surplus area or a HUB Zone? j. Does your company utilize a Defense Contract Audit Agency (DCAA) certified cost system? 2. Information pertaining to the questionnaire respondent: a. Name: b. Title: c. Company responsibility/position: d. Telephone Number/Fax Number: e. E-mail address: f. Alternate POC: g. Alternate POC Title: h. Alternate POC Telephone Number: i. Alternate POC Fax Number: j. Alternate POC E-Mail Address: 3. Please indicate all NAICS codes your firm is qualified under. 4. How long has your company been in business? 5. Please respond to the following questions regarding your company's expertise in the following areas: RFI Questionnaire Please provide your "yes" or "no" answer, with explanations, to the questions below: 1) Does your company have the technical subject matter expertise and overall capability, including manpower, to perform the STS services described within this RFI, including the ability to reverse engineer the FMTV A2 variant in order to update and maintain the FMTV TDP and ensure commonality across all FMTV variants? 2) Does your company have the technical expertise and the capability to identify and perform TM-10/-20 standards applicable to FTMVs? 3) Is your company certified to the latest International Organization for Standardization (ISO) 9001 Quality Management Systems standards? 4) Does your company have established supply chain logistics capability able to identify and acquire the following: standard service items, and mandatory replacement parts? 5) Does your company have experience with the Army's Logistics Support Activity (LOGSA) and the LOGSA Logistics Product Data Summaries as prescribed in SAE TA-HB-0007-1A and PowerLOG-J2? 6) Does your company have an existing skilled workforce and established logistical operations that are sufficient to provide FMTV operations in a Continental United States (CONUS) and Outside Continental United States (OCONUS) environment within 30 days from award of a contract? 7) Does your company currently possess the expertise and overall capability to ensure that the currently fielded FMTV fleet does not suffer a break in service and/or degraded capabilities? 8) Is your company able to provide a fully vetted and qualified staff of Mechanics, Trainers, and logistics support personnel capable of supporting the program described in this RFI? All personnel for this effort will require a National Agency Check with Inquiries (NACI) or equal investigation and need to acquire a Common Access Card (CAC). 9) Does your company have access to and experience with the use of PTC CREO and Windchill? 10) Please provide any additional comments you may have regarding this proposed acquisition. Respondent is encouraged to provide any literature in support of their capabilities to execute this proposed program. 11) Please provide a detailed Capabilities Statement indicating your company's ability to provide the services described in this notice. NOTE: The Government is not asking you to develop or provide drawings or develop any technical data in response to this market survey. End of RFI Questionnaire Your interest in this response is appreciated. Interested contractors should provide information regarding this announcement to: Sara Sarti Contract Specialist Telephone (586) 282-5674 E-mail: sara.e.sarti.civ@mail.mil Contracting Office Address: ACC - Warren (ACC-WRN)(DTA) ATTN: CCTA-HTA-A 6501 E. Eleven Mile Road Warren, MI 48397-5000
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6fa85000781d5a947c28f8edaed7c664)
- Record
- SN05135079-W 20181027/181025230841-6fa85000781d5a947c28f8edaed7c664 (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 |