Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2019 FBO #6517
SPECIAL NOTICE

99 -- Program Manager Medium and Heavy Tactical Vehicles (PM M&HTV)

Notice Date
9/27/2019
 
Notice Type
Special Notice
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M6785419R0069
 
Archive Date
10/31/2019
 
Point of Contact
Vanessa Coleman, Phone: 703-432-4418, Mohamed Elmi, Phone: (703) 432-5418
 
E-Mail Address
vanessa.coleman@usmc.mil, mohamed.elmi@usmc.mil
(vanessa.coleman@usmc.mil, mohamed.elmi@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. Program Executive Officer, Land Systems Marine Corps (PEO LS) Program Manager Medium and Heavy Tactical Vehicles (PM M&HTV) intends to negotiate and award a sole-source contract to Oshkosh Defense, LLC located at 2307 Oregon St, Oshkosh, Wisconsin 54902, to provide basic Preventive Maintenance Checks and Services (PMCS) for up to twenty (20) P-19R Fire Trucks. The vehicles shall be stored at Oshkosh and shall be stored in "Turn-Key Ready" status. This effort is estimated for award in the first quarter of Fiscal Year 2020 with an approximate period of performance of 24 months. Specific support activities to be performed under the proposed contract include, but are not limited to: • Perform monthly checks of engine turn over. • The vehicle shall be brought up to normal operating temperatures while checking the fluids using command zone. • Perform a visual inspection on the vehicles every three months. • On a rotational basis, every six months, perform a drive test to include operating the vehicle 15-25 miles to exercise the vehicle's lube, air, and braking systems (e.g. transfer, transmission, engine, cooling system, central tire inflation system (CTIS), and anti-lock braking system (ABS)). The outcome of the test shall be provided to the Program Office via email. • Yearly, the Contractor shall check the fluid levels, and refill as necessary. If refills are required the Contractor shall alert the Program Office via email what was conducted. For pricing purposes assume that 30% of the vehicles will require fluid refills. • The Contractor shall check the firefighting system, water pump, deluge, undertruck, roof and bumper turrets and run 500-1000 gallons of water through the system. • The vehicle shall be stored with the battery disconnect switch open to prevent battery drainage or unauthorized use of the equipment by disconnecting batteries when not in use. • The Contractor shall store vehicles in a climate controlled environment. • The Contractor shall install collateral material in all vehicles prior to storage. The collateral material consist of operator's manual, ladders, wrenches, wheel chocks, extinguishers, operator's tool kits, nozzles, hoses, adapters, Aircraft Rescue and Firefighting (ARFF) Rescue Kit, TOCNET Kit, et cetera. As the original equipment manufacturer (OEM) of the P-19R Fire Trucks, Oshkosh Defense is the only firm with the requisite skills and knowledge of the P-19R Fire Trucks and equipment integration necessary to satisfy the Government requirements. The P-19R is equipped with fire suppression compounds and extinguishing agents, handlines, and specialized rescue tools used by firefighters for extinguishing aircraft fires, providing protection for rescue personnel, cooling explosive ordnance, extricating injured aircrew members, and dispatching emergency response capabilities in response to crash alarms. The P-19R is a materiel solution that provides the functional capabilities needed to minimize the consequences of fire and emergency incidents that include: fire suppression and extinguishment on aircraft and structures, casualty extrication, and rescue. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A) "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". Unless stated herein, no additional information is available. Requests for the same will be disregarded. Responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement within fifteen calendar days after the date of the publication of this synopsis. The Government will consider all information received by the response date. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government. Contractors are advised that the Government will not pay for any information or administrative costs incurred in response to this notice of intent. The North American Industry Classification System code is 336120. GENERAL INFORMATION: The information provided herein 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. This notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All responses to this notice shall be submitted to Ms. Vanessa Coleman at vanessa.coleman@usmc.mil and Mr. Mohamed Elmi at mohamed.elmi@usmc.mil. Please reference the announcement number on all correspondence. Telephone calls will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M6785419R0069/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN05462547-W 20190929/190927230936-c4aacf6bca5f6c68366f29d22bece7d4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.