SOURCES SOUGHT
23 -- M872A4 Semitrailers
- Notice Date
- 8/1/2022 9:38:13 AM
- Notice Type
- Sources Sought
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- RFI-M872A4-001
- Response Due
- 8/31/2022 2:00:00 PM
- Point of Contact
- LaKeisha S. Hadley, Phone: 586-282-5678, Rachel R. Heaney, Phone: 586-282-7243
- E-Mail Address
-
lakeisha.s.hadley.civ@army.mil, rachel.r.heaney2.civ@army.mil
(lakeisha.s.hadley.civ@army.mil, rachel.r.heaney2.civ@army.mil)
- Description
- SOURCES SOUGHT REQUEST FOR INFORMATION 1.Market Survey Request:� The U.S. Army is issuing this Sources Sought Request for Information (RFI) notice as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for the M872A4 Trailer.� The M872A4 is dual purpose trailer capable of International Organization for Standardization (ISO) container and break bulk transport.� The M872A4 has a 34 ton payload capacity.� 2. Specifics:� The performance requirements for the M872A4 are contained in Automotive Tank Purchase Description (ATPD) 2332F included as Attachment 001. 3. Proprietary Information. The United States Government (USG) acknowledges its obligations under 18 U.S.C. � 1905: The Trade Secrets Act to protect confidential information provided to the USG. Pursuant to this statute, the USG is willing to accept 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 in writing and be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the USG is clearly notified regarding what data is proprietary. Mark as proprietary only data that is truly confidential and to which there is a legal property right. 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 mark data that is available to the USG or to the public without restriction from another source. 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.� 4. Disclaimer The USG 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 (see above) to ensure proper USG handling of the data. Should the USG need to reproduce the protected data for distribution purposes between USG offices, all such data will be reproduced with restrictive legends in place. 5. Clarification of this Action. This request is for a market survey. It is an inquiry intended to measure the level of industry interest, and capabilities for competing for potential USG contracts. Responses to these notices are not offers and cannot be accepted by the USG to form a binding contract. This is not a pre-solicitation notice or Request for Proposal (RFP), nor will any contracts be awarded from this announcement. Information provided regarding potential contracts, as presented in this market survey, is subject to change. Additionally, this inquiry does not bind the USG to solicit for, or award any contracts. Participation in this survey from a potential offeror is solely voluntary; no reimbursements will be made to any offeror for costs associated with participation in this survey. Data submitted to the USG will not be returned, but will remain archived as part of historic records. Lastly, participation in this market survey, while important to U.S. Army acquisition planners, is neither mandatory nor is it requisite for future participation by any contractor in this or a similar RFP. 6. Questionnaire:� Offerors who are able to meet the requirements of this survey, have the potential capacity and capability to meet the requirements based on the information provided, and who would be interested in competing for any potential contracts, please take the time to respond to the questionnaire below. 6.1 General Administrative Questions: Contractor Name: How much experience do you have with the following: Providing trailers to the U.S. Army U.S. Army operations including equipment sets, equipment as cargo, containerized cargo, line-haul payload transport U.S. Army logistical practices U.S. Army maintenance management practices Producing U.S. Army Technical Manuals (TM) Producing U.S. Army training products Involvement in any of the above with other U.S. Armed Forces organizations Involvement in any of the above with other U.S. Government Agencies Commercial and Government Entity Code (CAGE), if you have one: Business Size and Eligibility under U.S. Government socio-economic programs and preference (i.e., type of business � large, small, small-disadvantaged, Woman-owned, veteran-owned, or 8(a): Recommended Brand and Model/Nameplate Solution: Final assembly location: Country(ies) in which the components are built or would be built: Expected delivery lead-time (days after receipt of award): What is the minimum sustainment rate of production (units per month)? What is the maximum production rate (units per month)? What is the economic sustainment rate (units per month)? Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)? **NOTE: Please provide trailer brochures to include required specifications. 6.2 Specific Questions: What is the approximate cost of the trailer system? Does your trailer meet all of the specifications listed in ATPD 2332F, Attachment 001? If your trailer design varies from the requirements listed in ATPD 2332F, Attachment 001, please identify the requirement or requirements along with corresponding capability of your trailer. What is the payload capacity of your trailer? What is the kingpin load with maximum payload? Has your trailer been certified for ammunition transport as required in ATPD 2332F, Attachment 001, paragraph 3.25.10 Shipping Munitions?� Please provide test documentation or certifications showing compliance with paragraph 3.25.10 as referenced in the ATPD. Are the container securement and locking devices on your trailer capable of meeting the load and transport requirements in ATPD 2332F, Attachment 001, paragraph 3.25.15 Container Securements and Locking Devices? What modifications, if any, would need to be made to the deck of your trailer to accommodate the load configurations contained in ATPD 2332F, Attachment 001, paragraph 3.3.3 Payload and Payload Distribution, Table 1? Please provide any non-proprietary data sheets, test information or commercial literature that you have which describes your trailer (if any). If significant subcontracting or teaming is anticipated in order to deliver technical capability, please address the administrative and management structure you would anticipate for such arrangements. Is your organization and projected suppliers ISO 9001:2015 Certified? Do you have a manual to support this trailer that has been developed using MIL-STD 40051-2B or 2C? If yes to (12) above, then what is the TM #? If no to (13) above, Please provide what is a Rough Order of Magnitude (ROM) in dollars and time, to get one developed in MIL-STD 40051-2C? The ROM will also need to include technical manual development, work packages, validation, provisioning, and verifications. Is your trailer compatible with the equipment (wire shielding, fire extinguisher, etc.) required by the European Agreement concerning the International Carriage of Dangerous Goods by Road (ADR)?� If not, what modifications would be required for compatibility? 6.3 Point of Contact (POC) responding to questionnaire: a. Name: � b. Title: � c. Company Responsibility/ Position: � d. Telephone Number/Fax Number: � e. E-mail Address: � The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336212.� �Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought RFI Notice by 31 August 2022. All responses under this RFI Notice must be submitted via email to: Lakeisha Hadley, Contract Specialist Email:� lakeisha.s.hadley.civ@army.mil Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/68e342a8324b4c9dbd7bb7bf59a9ec1c/view)
- Record
- SN06409892-F 20220803/220801230135 (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 |