SOURCES SOUGHT
99 -- Amphibious Combat Vehicle Family of Vehicles - Spares, Repairs, and Support & Test Equipment
- Notice Date
- 5/1/2023 9:28:01 AM
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-23-R-0070
- Response Due
- 5/12/2023 11:00:00 AM
- Point of Contact
- Matthew Cox, KATHY MARKLEY
- E-Mail Address
-
matthew.cox2@usmc.mil, kathy.markley@usmc.mil
(matthew.cox2@usmc.mil, kathy.markley@usmc.mil)
- Description
- Notice Type:� Sources Sought NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS.� THIS IS A SOURCES SOUGHT NOTICE ONLY.� This Sources Sought Notice is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services.� The Government will NOT be responsible for any costs incurred in responding to this Sources Sought Notice or furnishing the requested information.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a Contractor�s submission of responses to this Sources Sought Notice or the Government's use of such information.� The Government reserves the right to reject, in whole or in part, any Contractor's input resulting from this Sources Sought Notice.� No contract will be awarded as a result of this announcement.� Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Introduction Program Manager, Advanced Amphibious Assault (PM AAA), is responsible for the development of the Amphibious Combat Vehicle (ACV) Family of Vehicles (FoV). PM AAA is seeking to identify interested vendors capable of providing spares (parts, consumables and Secondary Repairables), repair of Secondary Repairables, and Support and Test Equipment (S&TE) for the ACV FoV. The ACV platform is currently being produced by BAE Systems (BAE) under contract M67854-16-C-0006. The Government does not possess the required rights to the ACV Technical Data Package (TDP), therefore, the ACV design TDP cannot be provided. PM AAA is seeking interested sources capable of performing the following tasks: The Contractor shall provide an adaptable, flexible team structure that is best suited to support emergent requirements to provide spares, repair of secondary repairables, and S&TE for the ACV FOV while maintaining commonality with the existing ACV-FOV spares and equipment to the maximum extent possible.� The Contractor organization structure shall maximize productivity, efficiency, and accountability.� The Contractor will be required to execute a scope of work that provides a high quality, timely, and well-integrated support service team with Full Time Equivalents (FTEs) (including options for additional surge tasks), with the proper labor category mix consisting of: Contract Manager Repairables Manager Inventory Manager Procurement Clerk The ACV FoV related requirements shall include but not be limited to: Provide parts supply and logistics support services to: procure spares procure S&TE identify long lead items manage receipts, shipment, and delivery Provide maintenance support services for repair or replacement of Secondary Repairables to: induct unserviceable Secondary Repairables conduct failure analysis and provide recommendations for feasibility of repair provide Government with cost estimate of repair for Government approval to proceed with repair if approved, repair and test Secondary Repairables to meet performance standards and provide documentation of repair costs and materials if not approved, dispose of non-repairable (washed-out) item procure replacement of non-repairable Secondary Repairables manage shipment and delivery Provide warehouse and inventory management of spares, S&TE, and Secondary Repairables Prepare briefings, as required, for supply support of spare and repair metrics Travel to Government facilities and attend meetings The Government anticipates that the work to be performed under this contract will not involve access to sensitive or classified information. 1.1 Purpose This Sources Sought Notice constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this Sources Sought Notice, in support of Program Executive Officer - Land Systems (PEO LS), to determine if more than one vendor has the capability to provide the support described within this notice. 1.2 Objective: Data submitted in response to this Sources Sought Notice will be used to assess the marketplace environment for business to provide the U.S. Marine Corps with the support described above. 2.0 Requested Information: Respondents who are interested are requested to provide the information that identifies their capability to provide the support described in the Introduction listed above. 3.0 Response: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this Sources Sought Notice via a submission of an executive summary on 8-1/2 x 11 inch paper, no more than 10 pages in length, using 12-point font describing product summary, complete technical characteristics, and training and spare parts support capability.� All responses must include the following information: Company name, address, email, telephone number, point(s) of contact Commercial and Government Entity (CAGE) Code and Unique Entity ID Size of business pursuant to North American Industrial Classification System (NAICS) code 336992 White paper providing capabilities and relevant past performance.� Please be advised that any proprietary information must be marked as such on a page-by-page basis.� The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis.� Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this Sources Sought Notice is proprietary. Please do not submit proposals at this time.� The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas.� Acknowledgement of receipt will not be made.� Availability of any formal solicitation will be announced separately.� Submittals will not be returned to the sender.� Respondents will not be notified of the results of the evaluation.� It is the Contractor�s responsibility to check the System for Award Management (SAM) website at https://www.sam.gov/ to get additional data. Responses shall be submitted via e-mail to Matthew Cox, Matthew.Cox2@usmc.mil, and Kathy Markley, Kathy.Markley@usmc.mil, no later than 2:00 PM Eastern Time on 12 May 2023 with the subject line ""Sources Sought Notice - M67854-23-R-0070."" Telephone replies will not be accepted. Inquiries by telephone will not be accepted. This Sources Sought Notice does NOT constitute an RFP nor a promise to issue an RFP in the future.� This Sources Sought Notice does not commit the United States Government (USG) to contract for any supply or service.� Further, the USG is not seeking proposals at this time and will not accept unsolicited proposals.� Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this Sources Sought Notice.� The information provided in the Sources Sought Notice is subject to change and is not binding on the USG.� The USG has not made a commitment to procure any of the items discussed and the release of this Sources Sought Notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become USG property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5c5a0ceb5dd049a1a1ea69d13a8b810a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06668012-F 20230503/230501230116 (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 |