SOURCES SOUGHT
23 -- W56HZV-20-R-0244 M1061A1 Trailer
- Notice Date
- 7/28/2020 12:06:10 PM
- Notice Type
- Sources Sought
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-20-R-0244
- Response Due
- 8/28/2020 8:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- Jason Farkas
- E-Mail Address
-
jason.r.farkas2.civ@mail.mil
(jason.r.farkas2.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is for a Request for Information and Market Research/Commercial Item Survey RETURN THE COMPLETED RFI AND SURVEY TO JASON FARKAS VIA E-MAIL AT jason.r.farkas2.civ@mail.mil NO LATER THAN 11:00 am EST August 28, 2020 Market Survey The�Army Contracting Command intends to solicit for M1061A1 Trailer.� This survey, and all information herein is for informational planning purposes only and does not constitute a �Request for Proposal or Invitation for Bid�, nor is it to be construed as a commitment by the Government.� This survey is used to determine if the item�is commercially available or has a commercial equivalent, please answer the questions below: For Access to the TDP Contractors must have the correct data custodian fill out the NDA email it to helene.m.bell.civ@mail.mil for access and have valid credetials in�DLA's Joint Certification Program website (https://public.logisticsinformationservice.dla.mil/jcp/search.aspx) and meet TDP Distribution Statement criteria.�Contractors must have valid SAM credentials and meet TDP Distribution Statement criteria. Please fill out the survey below: General Supplier Information: � Business Name: Address:� FAX: Point of contact: Email Address: CAGE:�������������������������������� DUNs Number: � Business Type (Check all that apply); 8(a) Minority Owned Disabled Veteran Small Business Hub Zone Small-Disadvantaged Large Business Women Owned �Noun: � Item: �M1061A1 Trailer������������������������������������ � Part Number: ___________________________ ���� NSN:� 2330-01-207-3533 � Price per unit for the quantity of : ________________ � What is the production lead-time required after receipt of an order (days)? What would be the most economical production rate for this item? (Please include unit price) � What is the maximum production capability per month? (Shift, hour, day schedule) Is there a commercial warranty period, and what items are covered? � Description of Quality Control System: ISO 9001:200 Compliant?���� Yes���� or��� No � � �Supplier questions: � [ ] I do not believe this item to be commercially available. � [ ] I believe this item to be commercially available for the following reason: � [ ] 1. This item is of a type customarily used by the general public or by nongovernmental entities for purposes other than government purposes and�has been sold, leased or licensed to the general public, or�has been offered for sale, lease or license to the general public. (Provide evidence and/or summary data of actual sale, lease or license to the general public (or offer for the same product) as appropriate.) � [ ] 2. This item evolved from an item described in 1 above through advances in technology or performance and�is not yet available in the commercial marketplace, but will be available in time to satisfy the Government�s delivery requirements. (Provide evidence that the item evolved from an item described in 1 above, and rationale supporting that the item will be available in time to satisfy the Government�s requirements.) � [ ] 3. This item meets either 1 or 2 above, but requires modification of a type customarily available in the commercial marketplace or a minor modification not customarily available in the commercial marketplace, made to meet Government requirements. (For the latter, attach drawings or comparison of the characteristics of the commercial item and the modified item, as appropriate.) � [ ] 4. This item is a combination of items meeting 1, 2, or 3 above that are customarily combined and sold in combination to the general public.� (Provide evidence of the customary combination being sold�(or offered for sale) to the general public.) � [ ] 5. This is an item that would meet 1, 2, 3, or 4 above, but is being transferred between or among separate divisions, subsidiaries, or affiliates of a contractor.� (Explain how the item would meet 1, 2, 3, or 4.� Also provide the appropriate support/evidence indicated in 1, 2, 3, or 4 above.) � [ ] 6. This is a non-developmental item that was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple state and local governments.� (Provide evidence that it was 1) developed exclusively at private expense, and 2) sold competitively in substantial quantities to multiple state and local governments.) � 4.� POC for this survey or any further inquiries (name, title, phone and email address):� Email only - jason.r.farkas2.civ@mail.mil � Please return this survey, with any supporting documentation required, within 5 business days.� Thank you for your assistance. Printed Name:� ������������������������������������������������ �Electronic Signature:���������������� Title: ����������������������������������������������� Date:������������������������������������������������������� Notice:� If this item is determined to be commercially available, in order for the contracting officer to determine the price fair and reasonable on the resultant contract, you may be required to provide the following data along with your proposal, in accordance with FAR 52.215-20(a)(1)(ii)(a), (b), and (c): (ii) Commercial item exception. For a commercial item exception, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include -- (A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. Request for Information The Product Director Light Tactical Vehicles and Army Contracting Command - Detroit Arsenal (ACC-DTA) are issuing this Request for Information (RFI) as a means of conducting market research for a potential procurement of a M1061A1 Trailer that complies with Detail Specification MIL-DTL-62073H(AT) and Technical Data Package 8750137. �The M106A1 Trailer is a Five-Ton Two-Axle Flatbed Medium Tactical Trailer to support missions in combat, combat support, and combat service support for the U.S. Armed Forces. THIS IS A REQUEST FOR INFORMATION. No contract is anticipated to be awarded from this announcement.� This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation.� Also, it is not a request seeking contractors interested in being placed on a solicitation mailing list.� Response to this questionnaire 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.� No solicitation document exists at this time, and calls requesting a solicitation will not be answered. The NAICS code for this acquisition is 336212. All responsible sources may submit a capability statement which will be considered by the agency. The capability statement and�non-disclosure�agreement (NDA) to view the attachments�shall be emailed to Jason.r.farkas2.civ@mail.mil. Responses to this notice must be received no later than 11:00 a.m., local time, Warren, MI, on 28 August 2020. The completed questionnaire is considered U//FOUO and must be marked and protected accordingly. Instructions to Potential Respondents: FILL OUT NON-DISCLOSURE AGREEMENT to view the attachments Companies that desire to participate in this RFI are encouraged to submit a response which supports the company's claim that it presently has the technology, qualifications, experience, and capabilities to produce new M1061A1 Trailers that comply with Detail Specification MIL-DTL-62073H(AT) and Technical Data Package 8750137. The response should discuss the company's ability to adapt and/or provide existing technologies that have the required capabilities. Specifically, any interested companies are requested to provide the following information: (1) Name of Company (2) Business CAGE code (3) Point of contact and phone number (4) Size of Business according to North American Industry Classification System (NAICS) Code 336212. (5) Other suggested NAICS codes for this program and your size classification based on these codes. (6) A brief summary (no more than two pages) of your company's experience and past performance within the past 3 years as it relates vehicle production or recap programs. Each company experience (Government or commercial) should include (a) name of the project, (b) a brief description of the project, and (c) the relevance of the contract/project to the requirements in this notice. This is a RFI only and there currently is no solicitation relating to this effort. 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.� All information provided in response to this market survey shall be unclassified.� 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 only commercially available information about contractor�s products.� All portions of this RFI are merely for market research purposes, subject to change at any time, and are in no way binding on the Government. The information contained in this survey is not a basis to seek payment, reimbursement or other consideration from the Government.� Moreover, the intention of this survey is not to solicit any proposals from Industry. NOTE:� The Government is not asking you to develop or provide drawings or develop any technical data in response to this market survey.� Business Profile: 1.� What products/services does your company primarily manufacture?� Please list the names and/or identifying numbers of the specific vehicles you are describing in response to this questionnaire. 2.� How long has your company been in business? Past Performance: 3.� What experience does your company have in medium tactical trailer production? 4.� Are your described medium tactical trailers bought and sold commercially?� If so, how many years have they been on the market? 5.� Please provide examples of medium tactical trailers sales to include customer and quantity information. Programmatic: 6.� Please provide a detailed explanation (including preferences) of the extent to which contract type/structure (i.e. multi-year contract, requirements contract with options, Indefinite- Delivery/Indefinite Quantity contract with options) and contract length (i.e., 1, 3 or 5 years) influence your interest in participating in an RFP for this requirement? 7.� Describe your company�s experience working with Defense Contract Management Agency (DCMA). 8. Does your company offer any quantity price breaks? If so, what ranges would be proposed at what savings? 9. What is your minimum order quantity? 10. Is there a cost variance for Low Rate Initial Production (LRIP) trailers vs. standard production trailers? 11. What data rights does your company offer to the Government for trailer design changes to the TDP? Production Capability: 9.� How long will it take from contract award to establish a vendor base, order hardware, manufacture and deliver the First Article Test trailers that comply with Detail Specification MIL-DTL-62073H(AT) and Technical Data Package 8750137 10.� What is the production lead-time to deliver test trailers that comply with Detail Specification MIL-DTL-62073H(AT) and Technical Data Package 8750137 after contract award? 11.� Describe any experience your company has presenting trailers to the Government for First Article Test. 12.� Describe any experience your company has with routine Government Inspection and Acceptance procedures. 13.� Describe your company�s current facilities, assets and employee base.� With your current facilities and employee base, what is your estimate for maximum (surge) production rate for trailers that comply with Detail Specification MIL-DTL-62073H(AT) and Technical Data Package 8750137. 14.� Would a sub-contractor produce some or all of the trailers?� Please elaborate. 15.� Has your company produced a trailer that comply with Detail Specification MIL-DTL-62073H(AT) and Technical Data Package 8750137 (or similar) for either commercial or military application?� If so, for whom?� When? 16.� Has your company produced a trailer that meets the requirements of an ATPD or MIL-DTL?� 17.� Has your company�s product been tested in accordance with any standardized test methods such as those from the American Society of Testing and Materials (ASTM) or the Society of Automotive Engineers (SAE)?� If yes, which tests were conducted?� When?� If not, has this trailer been tested using an internal company standard?� If yes, please briefly describe the testing method(s) used and provide any details about the test results that your company would like to share. 18. Has your company ever worked with an Army depot? Engineering: 19.� Does your company have the capability to submit data/drawings via electronic/digital data media?� Can your company provide data through a web-based Advanced Collaborative Environment (ACE) such as FedBizOps?� If yes, what hardware and software do you use?�� 20.� What types of modeling and simulation data are available for the products you offer (i.e. CAD, dynamics model, etc.)?� What formats is this data available in? 21.� What is your process for implementing�engineering changes and drawing changes�into�production?� Does your company have experience/capability to use Creo Parametric software (formerly Pro/Engineering) software? 22.� What security clearances does your company have? 23.� Is your company capable of providing RAM-D data? 24.� What processes might your company use to enhance corrosion resistance to achieve a service life of twenty (20) years? 25.� Is there use of hazardous materials outside of the USG TDP (as defined in FAR 23.301) on the trailer or used in the production process of the trailer?� If yes, please list the material used. 26.� Do the TDP or MIL-DTL requirements included with this market survey, and the information above, present any technical challenges to your company?� Please describe any challenges. 27.� Does your company see any necessary revisions to the TDPs included with this RFI? 28.� Does your company implement and maintain an ISO 9001:2008 or comparable quality management system?� Explain the quality management system employed.� Additionally, please indicate if your company�s suppliers and/or vendors implement and maintain an ISO 9001:2008 or comparable quality management system. 29.� Does your company have experience with manufacturing trailers capable of hauling up to 10,000 pounds of weight?
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4d12e409345344988bfa5b6515b2d5d6/view)
- Record
- SN05736806-F 20200730/200728230145 (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 |