SPECIAL NOTICE
J -- G/ATOR Tactcial Vehicle FSR Notice of Intent to Sole Source
- Notice Date
- 6/23/2020 9:09:15 AM
- Notice Type
- Special Notice
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-20-R-0078
- Response Due
- 6/26/2020 1:00:00 PM
- Archive Date
- 07/11/2020
- Point of Contact
- Kelvy P. Donovan, Morgan C. Brady
- E-Mail Address
-
kelvy.donovan2@usmc.mil, morgan.brady@usmc.mil
(kelvy.donovan2@usmc.mil, morgan.brady@usmc.mil)
- Description
- THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. This is a notice of intent to sole source contract pursuant to Federal Acquisition Regulation (FAR) Part 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available.� This notice of intent is not a request for competitive proposals. This synopsis is for informational purposes only. The Program Executive Officer Land Systems (PEO-LS), Marine Corps, Quantico, VA 22134 intends to enter into sole source negotiations and subsequently award a contract to Oshkosh Defense, LLC, 2307 Oregon Street, Oshkosh, Wisconsin 54902-7062. This effort is estimated for award on 1 August 2020 with an approximate period of performance of 12 months. The primary place of performance is Stafford/Quantico, Virginia. The anticipated contract is to provide Continental United States (CONUS) tactical vehicle heavy equipment specialist Field Service Representative (FSR) support services to operate, maintain, and properly integrate required Engineering Change Proposals (ECPs) to Program Management Office (PMO) owned Medium Tactical Vehicle Replacement (MTVR) vehicles, to include Retrofit and Production variants, prior to integration of the Ground/Air Task-Oriented Radar (G/ATOR) system and subsequent fielding to the Operational Forces. The service shall provide technical assistance, maintenance and repair support, and recommendations to key maintenance personnel with respect to vehicle maintenance, repair, and parts supply support. The service shall be provided by individuals trained and certified to perform on all MTVR variants, to include Retrofit and Production variants, vehicle operations and maintenance. Requirement shall include: troubleshooting and repairing the MTVR; evaluating integration of required ECPs to G/ATOR PMO owned MTVRs to ensure ECPs will not degrade the structural or operational integrity of the base vehicle platform; ECP installations and inspections of Original Equipment Manufacturer (OEM) unique ECPs for which the OEM retains the technical data rights; OEM factory engineering and technical support. This support shall include assistance with equipment integration issues with the G/ATOR system; access to the OEM�s specialized MTVR software programs; expedite parts procurement through access to OEM after-market services; equipped with common tools, with access to special tools as required, Technical Manuals (hard copy and Interactive Electronic Technical Manual (IETM )) as appropriate, and test equipment pertaining to the MTVR; hold all certifications (operator, basic and advanced maintainer training) required to perform maintenance and inspection of MTVRs; assisting the program office and receiving operational units in conducting a joint limited technical inspection of the vehicle(s) during fielding of the G/ATOR system; installing ECPs as directed by the program office; performing Preventative Maintenance Checks and Services (PMCS), organizational maintenance, and field level maintenance; removing and replacing windshields and windows, to include rear windows. performing electrical troubleshooting, A/C repairs and recharging, fire suppression system troubleshooting, and heavy manual labor; attaining and maintaining up to a Secret Clearance; be able to travel anywhere in the Continental United States (CONUS) to perform duties within 48 hours of notification by the Government; hold a CDL Class A license to operate and drive the MTVR with tow. � The FSR may be required to work beyond an eight hour day and occasional weekends. The Government has determined that Oshkosh Defense, LLC (Oshkosh) is the only responsible source who can furnish the requirements to the exclusion of other sources.� Oshkosh formerly known as Oshkosh Truck Corporation, is the OEM of the MTVR. Oshkosh has produced and fielded 10,604 MTVRs throughout the United States Marine Corps and Navy. Throughout design, production and testing, Oshkosh has acquired unique MTVR technical expertise, comprehension of Marine Corps requirements, and undocumented corporate memory that is not readily transferable to another contractor. As the MTVR designer, developer and producer, Oshkosh has unique and specific knowledge of the system design and how to perform troubleshooting and repairs. Oshkosh asserts proprietary rights to significant portions of the MTVR design that could impact integration with the G/ATOR AN/TPS-80 system. The Government does not currently possess the technical data necessary to support full and open competition for an FSR for G/ATOR owned MTVRs. Oshkosh maintains the Government has only Limited Rights in technical data to a substantial portion of the applicable drawings. Awarding this effort to another vendor would require the establishment of additional logistics support for parts, manuals, etc. At present, Oshkosh is the only source capable of properly evaluating the integration of required ECPs to G/ATOR PMO owned MTVRs to ensure ECPs will not degrade the structural or operational integrity of the base vehicle platform. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a single source basis in accordance with Federal Acquisition Regulation (FAR) 13.106-1(b). 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 if received within seven calendar days after the date of the publication of this synopsis. 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. All submissions become Government property and will not be returned. 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 811198, All Other Automotive Repair and Maintenance. 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 and 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 Kelvy Donovan at kelvy.donovan2@usmc.mil. Please reference the announcement number on all correspondence. Telephone calls will not be honored.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5297203e98664113b938ba1af55d9924/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN05699691-F 20200625/200623230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |