SOURCES SOUGHT
99 -- Support Activities for the Automated Gas Turbine (AGT) 1500 Engine for the Abrams Vehicle Platform
- Notice Date
- 8/18/2020 7:13:30 AM
- Notice Type
- Sources Sought
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV20R0249
- Response Due
- 9/10/2020 10:00:00 AM
- Archive Date
- 09/25/2020
- Point of Contact
- Jeffrey Webb, Phone: 5862829985
- E-Mail Address
-
jeffrey.c.webb13.civ@mail.mil
(jeffrey.c.webb13.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION U.S. Army TACOM Integrated Logistics Support Center � Description 1.1 The United States Government (USG) Army Contracting Command � Detroit Arsenal (ACC-DTA) is interested in determining suppliers able to produce or provide specific parts for the Automated Gas Turbine (AGT) 1500 engine for the Abrams Main Battle Tank Systems (MBTS) platform. Based on the Government�s research, we believe there is a capable supply base able to provide an alternative sourcing approach that meets our quality and service needs while providing greater affordability compared to our current approach. Over the next 5 years, we plan to upgrade or repair ~6,000 AGT1500 engines and believe this presents a significant multi-hundred-million dollar opportunity to potential suppliers. We are looking to the supply base to propose their innovative solutions and experience in procuring and supplying similar materials. To this end, we are requesting input from suppliers who can provide one or more of the materials listed in this request for information (RFI). The Government recognizes that certain suppliers may have a core competency in some but not all of the needed parts. Suppliers are encouraged to provide information on all materials they believe they can provide at a fair cost. The Government is open to the possibility of splitting the materials into separate contracts and awarding them to different suppliers if one supplier is not able to provide the best proposal for all materials. It is not required to provide information on all materials. The Government encourages offerors to submit information for one or more parts, and each activity will be evaluated independently. 1.2 The Office of the Secretary of Defense (OSD) has an objective to modernize the Department of Defense�s procurement approach, implement best practices, and to achieve greater affordability to reinvest in readiness. The Integrated Logistics Support Center (ILSC) is supporting that objective and looking for new innovative partnerships with industry to evaluate the feasibility and opportunity to achieve greater affordability through alternative procurement approaches. 1.3 The intent of this RFI is to identify qualified suppliers to provide Rough Order of Magnitude (ROM) Estimates for select representative parts and describe past experience addressing the production and/or procurement for different types of parts for the AGT1500 engine. Parts have been segmented into the following six categories: Electrical/Electronic Parts Consumables/Common Parts Structural Parts Vanes/Blades Other Hot Section Parts Other Cold Section Parts � For each category, the Government has selected a representative sample of parts for suppliers to provide ROM estimates across several annual volume quantity bands. However, the parts selected for this RFI are not an all-encompassing list that the Government is interested in. These selected parts serve as a representative sample of the parts the Government may include in a future RFP. �For each representative part, we have included the relevant drawings and specifications to allow suppliers to provide a more accurate ROM estimate. Please refer to the attached RFI Supplementary Supplier template Excel workbook for a full list of the representative parts of interest. Drawing Request: Drawings listed in this market survey are available to interested parties for the purpose of submitting a complete and accurate response to this market survey. In order for an interested party to receive this information, it must have an approved and current DD 2345 Military Critical Technical Data Agreement. The United States - Canada Joint Certification Program Office is the approver of these forms. For more information, please visit their website at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. The Government will only provide drawings to the custodian listed on the DD 2345 form. All drawing request must be received within 14 calendar days of the posting of the RFI. If your company would like to receive the For Official Use Only (FOUO) information, please send your email request to Jeffrey Webb at Jeffrey.c.webb13.civ@mail.mil Your request should contain the following: � Your Company's name, CAGE code and address � Your Name, Title, Office phone number and email address � Copy of the approved DD2345 The Government will respond to requests within five (5) business days. Please be advised, once your request has been approved, you will automatically receive any updated or additional FOUO information that becomes available during the duration of this posting. � 1.4 THIS IS A REQUEST FOR INFORMATION ONLY. �The submission of this information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse contractors for associated costs to respond or for any information provided.� This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This notice does not commit the Government to contract for any supply or service whatsoever.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� All costs associated with responding to this notice will be solely at the responding party's expense.� Not responding to this notice does not preclude participation in any future RFP, if any is issued.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the System for Award Management (SAM) (beta.Sam.gov) site for additional information pertaining to this notice. 2.0 Requested Information 2.1 Please provide the information requested in the attached RFI Supplementary Supplier template Excel workbook. The attached Excel workbook requests ROM estimates at different volume quantity bands for the selected representative components. There are also a number of qualitative questions about each part category. These questions will assist the Government in assessing qualifications and pricing for select materials for the Army�s AGT1500 engine. ������������������� 3.0 Industry Discussions A Government representatives may or may not choose to have discussions with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 4.0 Questions All questions relating to this RFI shall be submitted in writing only via email to Army Contracting Command point of contact (POC) Jeffrey Webb, Contracting Specialist, at jeffrey.c.webb13.civ@mail.mil. The subject line on the email submissions for questions or requests for clarifications should read: RFI: Abrams AGT1500 Hardware, Questions/Clarifications. Absolutely no telephone calls will be accepted in response to this RFI. Questions or requests for clarification shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is requested that all questions or requests for clarification be received by 4:00 pm EST within 30 days of posting of this RFI. Responses to the questions received will be answered and posted for all interested parties to see via an amendment to the RFI on the SAM website. The Government reserves the right to not address questions or requests for clarification should it not be pertinent to the RFI.� 5.0 Responses Suppliers are encouraged to submit written notification of their interest, qualifications, and technical concepts to�Jeffrey Webb, jeffrey.c.webb13.civ@mail.mil, by no later than 1:00pm Eastern Standard Time (EST) thirty (30) calendar days after posting of RFI. � All submitted responses shall be in the form of the attached RFI Supplementary Supplier template Excel workbook. No other forms of responses will be accepted. The responses will be reviewed by Government representatives. �All information provided will be adequately protected in accordance with the contractor�s markings. Documents shall be submitted electronically via the Department of Defense (DoD) Safe Access and File Exchange (SAFE) website (https://safe.apps.mil). �To be able to utilize the DoD SAFE website, request a Drop-off code via e-mail to jeffrey.c.webb13.civ@mail.mil.� After receiving the Drop-off code, use the following distribution email address as prompted by the site: jeffrey.c.webb13.civ@mail.mil.� The subject line for the SAFE submission should read: Abrams AGT1500 Hardware - YOUR COMPANY NAME.� No hard copy or fax responses will be accepted. �If a late submittal is received, acceptance of such will be at the discretion of USG. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� Interested parties who consider themselves qualified to supply the described parts are invited to submit a response within 30 days after release of this RFI request. 6.0 Post Submission Guidelines Proprietary information shall be clearly marked. Classified document shall not be included in your response.� Responses to this RFI will not be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a white paper to this RFI will not be prohibited from submitting a proposal if a RFP is published at some point in the future. In order to protect the integrity of any possible future acquisition, no additional information other than the information contained in this RFI will be provided.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8aafdc6f877a4f8b8cbe634105b75e79/view)
- Record
- SN05764340-F 20200820/200818230210 (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 |