SOURCES SOUGHT
25 -- ASSAULT BREACHER VEHICLE (ABV) LINEAR DEMOLITION CHARGE SYSTEM (LDCS)
- Notice Date
- 4/21/2025 11:27:26 AM
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- W6QK ACC- DTA WARREN MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- ABVLDCS
- Response Due
- 5/22/2025 10:00:00 AM
- Archive Date
- 06/06/2025
- Point of Contact
- Leonard Miller
- E-Mail Address
-
leonard.j.miller49.civ@army.mil
(leonard.j.miller49.civ@army.mil)
- Description
- ASSAULT BREACHER VEHICLE (ABV) Linear Demolition Charge Systems (LDCS) Sources Sought Notice (SSN) I. DESCRIPTION OF INTENT: THIS IS A MARKET INVESTIGATION REQUESTING INFORMATION IN SUPPORT OF THE FOLLOWING PERFORMANCE REQUIREMENTS: No contract will 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 the market survey and any follow-on information requests. Data submitted in response to this market investigation will not be returned. Although no solicitation document exists at this time, information derived from this market investigation will help the Government determine the suitability of the marketplace for satisfying this performance requirement. II. GENERAL INFORMATION a) OBJECTIVE: Product Manager for Bridging (PdM Bridging) 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 resources to support a requirement for the Assault Breacher Vehicle (ABV) Linear Demolition Charge Systems (LDCSs). The U.S. Government plans to award a Four-year with One option year, Firm Fixed Price (FFP) Requirements contract. b) PROGRAM INFORMATION: Full-tracked combat engineer vehicle designed to breach minefields and complex obstacles, providing an in-stride breaching capability for the Armored Brigade Combat Team (ABCT). Provides crew protection and vehicle survivability comparable to the M1A1 Abrams tank chassis while having the speed and mobility to keep pace with the maneuver force. c) TECHNICAL INFORMATION: The LDCS is mounted on the ABV turret. The LDCS controls the launch and detonation for the ABV�s rocket and linear demolition charge. The LDCS is comprised of the following subsystem. LDCS Control Box � NSN 2590-01-559-8995 LDCS Raise and lower safety switch � NSN 5930-01-560-1728 LDCS Selector Switch Box � NSN 6150-01-221-5866 Left and Right Container Side Protection Doors - P/N 40530004-1 Switch, sensitive with cable � NSN 5930-01-560-1729 Right and left side Rocket Rail Lift Motors � NSN 4910-01-665-3930 All of the above subsystems include associated mounting hardware, cables, fittings, and spares necessary to fully install and operate the LDCS. The result of this market research will contribute to determining the best method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336992. If your organization has the potential capacity to provide the Embedded Diagnostics, please complete Section III according to the instructions. d) PROPRIETARY INFORMATION The Government appreciates the time and effort taken to respond to this survey. The Government acknowledges its obligations under 18 U.S.C. �1905 to protect information qualifying as �confidential� under this statute. [To avoid possible confusion with the meaning of the term �confidential� in the context of Classified Information,� we will use the term �PROPRIETARY.�] Pursuant to this statute, the Government is willing to accept any trade secret or PROPRIETARY restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) �PROPRIETARY� with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly confidential (over breadth in marking inappropriate data as �PROPRIETARY� may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the Government, shall contain the �PROPRIETARY� legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends �PROPRIETARY PORTION BEGINS:� and �PROPRIETARY PORTION ENDS.� 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the Government shall also reproduce the asserted restriction legend and any explanatory text. 6. The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the Respondent�s marking of data as �PROPRIETARY� will preclude disclosure of same outside the Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain confidential information without using support contractors consistent with the resources available. III. SUBMISSION INSTRUCTIONS All responding to this notice shall provide specific information to include a summary of its company�s capabilities in a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to fulfil the Government�s requirement. a) The Capability Statement should include the following information: Company Name: Address: Point of Contact: Phone Number: Email Address: DUNS/Cage Code: Website Address: Type of Organization: Business Type(s): [ ] Large Business (LB), [ ] Small Business (SB), [ ] HUBZone (HZ), [ ] Service Disabled Veteran Owned Small Business (SDVOSB), [ ] Woman Owned Small Business (WOSB), [ ] 8(a) Business Development Program, [ ] Small Disadvantaged Business (SDB), [ ] Veteran Owned Small Business (VOSB). Number of Employees: b) Does your company have any experience as a prime contractor providing the system parts, and services of the same or similar type effort(s), (to include size and complexity) within the past five years? If yes, please provide the following information. Contract number(s): Dollar value(s): Point of Contact (POC): POC Email address: POC Phone number: Brief description of your direct support of the effort: Similarity of scope, effort, complexity c) Are there any conditions in the market that may affect the market/ Cost? d) Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding its submissions. The Government may contact potential sources for additional information as required. e) Interested parties are encouraged to be registered in the System for Award Management, www.sam.gov prior to responding to this Sources Sought Notice. f) Interested parties that consider themselves qualified to perform the above listed requirements are invited to submit a response to this Sources Sought Notice no later than 13:00 EST, 22 May 2025. g) Responses to this Sources Sought Notice shall be submitted to the Contract Specialist via email. For submissions including files exceeding email limits, submit your response via DoD SAFE at URL: https://safe.apps.mil/ to the Contract Specialist followed by an email to the Contract Specialist of your DoD SAFE submission. You are requested to put �ASSAULT BREACHER VEHICLE (ABV) Linear Demolition Charge Systems (LDCS) Program Market Survey� in the email subject line and description in DoD SAFE. Any requests for clarifications of this survey shall be addressed to Contract Specialist, Leonard Miller; email: leonard.j.miller49.civ@army.mil. Disclaimer: This is a sources sought notice and is not a request for competitive proposals or a solicitation of offers. The Government does not intend to award a contract on the basis of the information contained in this posting or information received as a result of this posting.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1bc60c28cc5e497292c8cc29b1acc540/view)
- Place of Performance
- Address: Anniston, AL, USA
- Country: USA
- Country: USA
- Record
- SN07416221-F 20250423/250421230050 (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 |