SOURCES SOUGHT
25 -- Small Business Market Research for the Stryker Family of Vehicles (FoV) Engineering Support Services, Logistics Support and Component Level Manufacturing
- Notice Date
- 7/23/2019
- Notice Type
- Synopsis
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 6501 EAST 11 MILE ROAD Warren MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV19R0264
- Response Due
- 8/12/2019
- Point of Contact
- Sarah J. Teschler, Contract Specialist, Phone 5862824816, - Daniel J. Gibson, Contracting Officer, Phone 5862824502
- E-Mail Address
-
sarah.j.teschler.civ@mail.mil, daniel.j.gibson43.civ@mail.mil
- Small Business Set-Aside
- N/A
- Description
- 1. Program: Project Management Office Stryker Brigade Combat Team (PMO SBCT) 2. Subject: Small Business Market Research for the Stryker Family of Vehicles (FoV) Engineering Support Services, Logistics Support and Component Level Manufacturing 3. Description and Background: This Request for Information (RFI) focuses on acquiring information about capabilities and readiness of small businesses interested in providing any or all of the following for the Stryker FoV: engineering design and development of drawing packages for existing and new Stryker sub-components; development of vehicle level technical data; prototype development; and manufacturing capability to produce new design parts, kits or components. The intent is to identify small businesses capable of reverse engineering and design and potentially to build/manufacture items for unique Stryker requirements. The development may encompass engineering concepts, level III production drawings, and manufacturing of design and technical manuals for installation and operation. For the purpose of formulating a response to this survey, please assume the following: a. The Interactive Electronic Technical Manuals (IETMs) are complete. b. The United States Government (USG) does not have a complete Stryker Technical Data Package (TDP). c. A Stryker vehicle or vehicles may be provided and/or access given to vehicle(s). 4. Prospective Requirements Description. Qualified contractors that can perform any aspect of the following are encouraged to submit a response: a. Engineering Design: Generate system and sub-system engineering solutions that will allow for the development and integration of hardware onto the Stryker FoV and provide design improvements to meet defined user priorities. Provide satisfactory solutions to design and field problems. The solutions required must maintain the Stryker FoV commonality of all physical, functional, and technical interfaces with the established design. b. Technical Data: Generate level III technical data for engineering designs. Create level III technical data with parts or vehicle access, without any technical data provided by the Government. Requirement may include disassembly of a Stryker vehicle, kits or systems to gather technical data (develop specifications, Level III drawings, 3d models, etc.) to support Stryker sustainment services and parts supply with other contractors. c. Logistics Support: Development of log products associated with updated engineering design and technical data, to include technical manuals for installation and operation. d. Example Requirement: An example would be to design, integrate, and procure prototype enhancements for the Stryker Infantry Carrier Vehicle Dragoon platform based on feedback from unit Early User Test and Evaluation (EUT&E). Some of these enhancements would include Enhanced Situational Awareness. The Government would be looking for A-Kits to be designed, developed and produced in order to integrate potential Enhanced Situational Awareness kits. 5. Information Sought: Contractors interested in participating in this RFI must provide complete responses to the questions below and include the appropriate information. a. Small Business - Administrative Information: (1) Company Name (2) Mailing Address and Website (3) CAGE Code (if applicable) (4) Location of facilities (5) North America Industry Classification System (NAICS) numbers (6) Business size and eligibility under USG socio-economic programs and preference (7) Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)? (8) Is your company active in the System for Acquisition Management (SAM)? b. Person Responding to Questionnaire: (1) Name (2) Title (3) Company Responsibility/Position (4) Telephone Number/Fax Number (5) E-Mail Address c. Security: (1) Do you have a Facility Clearance License (FCL) and a Facility Security Officer (FSO)? (2) Does your company deal with International Traffic in Arms Regulations (ITAR) issues? If so, what experience do you have with technical assistance agreements? (3) Is your company foreign owned? If so, fully or partially owned? (4) Does your workforce consist of United States (US) citizens? (5) Does your company have experience with Army Security Regulations? (6) Please describe your experience with Operations Security (OPSEC) plans. (7) Please describe your experience with Program Protection Plans (PPP). (8) Is your company currently able to transmit unclassified data in accordance with USG data encryption requirements? (9) Does your company currently meet Army Network Control (NETCON) Information Technology (IT) security standards for data? (10) Does your company have experience with DD 254 forms - Contract Security Classification Specification? If so, what procedures does your company use to enforce DD 254 compliance with subcontractors? (11) Does your company have the ability to operate and maintain a secure Army data collection site? d. What DoD platforms have you produced drawings and models or designed systems? Describe your CAD capabilities and your preferred CAD format. e. Provide an example of a system design project for a DoD platform? f. Please explain your capabilities to reverse engineer complex military systems. Provide examples, to include breaking down a vehicle, kits or other sub-systems to scan components and develop drawings. Please identify special welding or adhesion methods and identify the applicable part numbers. g. Please explain your capabilities to manufacture military systems utilizing self-designed Level III TDPs. h. Have you designed and/or manufactured kits for Army vehicles? Provide examples. i. Is there any other information your firm would expect to need to participate in a competitive environment for this type of work? j. Please indicate what general types of technical data or Government resources your firm would like available to them if a formal Request for Proposal is released to industry. k. Program Management: (1) Please describe your company's experience in managing similar programs. (2) Please describe your company's organizational structure. (3) Please describe your company's management approach in executing similar programs. l. Please provide your organization's past and current experience related to the research, development, and evaluation of your technology or enhancement that you would plan to use for the Stryker engineering support services effort. Identify other organizations or countries that are using your product and technology. 6. Responses: Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2010 or earlier, Microsoft Excel 2010 or earlier, Microsoft PowerPoint 2010 or earlier or Adobe Acrobat. The maximum size of each e-mail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. The subject line must include the message number, (example: 1 of 3, 2 of 3, 3 of 3), and quote mark "[Company's Name] response to PMO SBCT Sources Sought Stryker Engineering Support Services Market Survey. All interested firms, regardless of size, are encouraged to respond to this RFI. Responses shall be furnished to the Government by NLT 1300 local EST 12 August 2019. Please submit electronic responses to this survey, as well as questions for clarification to: usarmy.detroit.peo-gcs.mbx.stryker-rfi@mail.mil 7. Disclaimer: This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Stryker FoV. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.fbo.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses or solicitations. Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation and 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 data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: • Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government can clearly understand what data is proprietary. • Mark only data that is truly confidential. • Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey. • Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of 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." Disclaimer: The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/85ba83be200426c52fcd0ef13b545c66)
- Record
- SN05378221-F 20190725/190723230018 (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 |