Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

25 -- Field Sustainment Support Services (FSS)

Notice Date
4/9/2025 7:53:43 AM
 
Notice Type
Presolicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV24R0035-2
 
Response Due
4/16/2025 1:00:00 PM
 
Archive Date
06/30/2026
 
Point of Contact
Jaclyn Beach
 
E-Mail Address
jaclyn.j.beach.civ@army.mil
(jaclyn.j.beach.civ@army.mil)
 
Description
U.S. Army TACOM Abrams ILS Fielding Support Service ** Please note this requirement is currently in Draft form in which the Government is seeking industry feedback on requirements, any comments, suggestions will be reviewed and considered internally. Description 1.1 The United States Government (USG) is seeking industry feedback on the Scope of Work, Instructions, Conditions and Notices to Offerors, and Evaluation Factors of a forthcoming award for the Abrams Integrated Logistics Services (AILS) effort. This new five-year contract will provide Field Service Representatives (FSR), Vehicle Maintenance, Modification Work Orders (MWO), Total Package Fielding (TPF) and De-processing, New Equipment Training (NET), Services and Sustainment Program Management to support the Abrams Family of Vehicles, Joint Assault Bridge, Assault Breacher Vehicle (ABV) including Foreign Military Sales (FMS) countries. 1.2 THIS IS A REQUEST FOR INFORMATIONAL PURPOSES 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, however, the Government currently plans to host an industry day at Selfridge National Air Guard base, Michigan in May 2025 with an anticipated solicitation release in Spring of 2025. The Government will provide a 30-day notice prior to hosting the Industry Day at Selfridge National Air Guard base. This notice does not commit the USG 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 USG 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 Questions All questions relating to this RFI shall be submitted in writing only via email to the Army Contracting Command (ACC) point of contact (POC) Jaclyn Beach, Contracting Specialist, at Jaclyn.j.beach.civ@army.mil. The subject line on the email submissions for questions or requests for clarifications should read: RFI: Abrams ILS Feedback. Absolutely no telephone calls will be accepted. 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 16 April 2025. 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 and posted publicly. The USG reserves the right to not address questions or requests for clarification. 3.0 Responses All submitted feedback/responses shall follow the outline below and be provided in Microsoft (MS) Word Office 2013 compatible format or Adobe PDF. Submission shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12-point Arial font. Line spacing shall be set no less than single space. Any drawings shall be capable of being printed on 11x17 inch paper and no smaller than 10-point font. Submissions shall be less than 20 total pages excluding any drawings. All submissions should include a title page with the following information: Company or organization name and mailing address (City/State/Zip) Company web page URL, if any Point of Contact (name, title, phone number, and e-mail address) CAGE Code and NAICS Code Any and all feedback provided for the Scope of Work, Instructions, Conditions and Notices to Offerors, and Evaluation Factors shall include a key that references specific section(s), page number(s), attachment(s), etc. of which comment/feedback is in relation to. Input is specifically requested on the evaluation factors and phase in criteria located in Section L. The submissions will be reviewed by USG representatives. All information provided will be adequately protected in accordance with the markings as described in section 4.0, below. 4.0 Post Submission Guidelines Proprietary information shall be clearly marked. No classified documents may be included in your response. Please be advised all information submitted in response to the RFI becomes the property of the USG and will not be returned. The USG 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 USG program. The USG 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 USG further define its requirements. If the USG develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the USG 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 to this RFI will not be prohibited from submitting a proposal if an 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. 5.0 Supporting Documentation 5.1 The supporting documentation for this requirement includes the following items which all are listed below in this posting: 1. Draft Solicitation, including Section B, Scope of Work (SOW) Section C, Section H, Section L&M 2. Instructions, Conditions and Notices to Offerors 3. Evaluation Factors 4. Five (5) attachments 5.2 The historical supporting documentation for this requirement includes the following items which all are still available in SAM.GOV https://sam.gov/opp/0fcede73f3674028b7b5ab873bb44924/view : 1. Abrams ILS Fielding Support Service Questions 2. Abrams ILS Fielding Support Service Questions and Answers Part 2 3. Field Sustainment Support Services (FSS) QUESTIONNAIRE 4. Minimum Standards 5. Sustainment Services Breakout SOW Section C 6. Draft Headcount and Labor Categories 7. Abrams ILS Fielding Support Service Questions Extended
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58dd97351277417baafb22139ced2dda/view)
 
Place of Performance
Address: Fort Cavazos, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN07402788-F 20250411/250409230056 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.