Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2004 FBO #0775
MODIFICATION

J -- J025 - Reconstitution of military vehicles (wheeled/tracked) and trailers, including receive, repair, paint, track, report and return to Government

Notice Date
1/9/2004
 
Notice Type
Modification
 
Contracting Office
ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM-04-MR01
 
Response Due
1/30/2004
 
Archive Date
3/30/2004
 
Point of Contact
Carmen Kaufmann, 001-49611816211
 
E-Mail Address
Email your questions to ACA, Wiesbaden Contracting Center
(kaufmannc@rcc.wbn.usacce.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Wiesbaden Contracting Center is conducting market research to identify qualified sources for repair and reconstitution of tactical military vehicles and equipment (i.e. wheeled and tracked tactical vehicles and trailers) in Europe. The requireme nt may include picking up or receiving equipment; technical inspections; estimated costs of repair; determination of repair efforts; repair and/or refurbishment of equipment; final inspection; and transportation to final destinations (within Europe). Interested parties should demonstrate, in writing, both capability and experience (including past performance information) in the repair of listed military vehicles. Interested parties should also demonstrate, in writing, that they can furnish the faciliti es, capacity, equipment, materials, and skilled personnel, as well as a verifiable quality control program. The repair source should have the flexibility and knowledge to develop and provide alternate repair schemes and schedules as well as cost-effectiv e solutions for ordering parts and tracking parts ordered, received, and installed. The Government is anticipates a large influx of equipment that requires rapid repair/refurbishment. Known sources may not be able to handle this capacity, which could result in work being delayed and additional cost to the Government. The top three proble m areas anticipated are 1) lack of capacity, 2) shortage or delay in receipt of spare parts and 3) a limited number of qualified laborers. The ideal equipment reconstitution process would provide for contractor receipt of equipment at European Sea Ports of Debarkation and move it by efficient means to the contractor??????s point of repair/refurbishment. Equipment receives technical inspectio ns, repair estimates are prepared while considering factors including available commercially available parts, Government furnished parts including Depot-Level Repairable parts, maximum expenditure limits, controlled substitution of parts, priorities of rep air, and production timelines. Some equipment may have reached the end of its useable life or may be damaged beyond repair, but still have usable parts the firm can use for in-house repairs. Equipment is repaired/refurbished by the most efficient means possible. During this process, military leaders at all levels receive accurate updates on equipment repair status and projected completion dates that is meaningful to them. Equipment is accounted for; no vehicle location is in doubt from the time the con tractor receives it to the time it is returned. Progress is reported as a fleet as well as by Corps, Division, Brigade Battalion, or Separate Company. The firm has effective methods to capture costs of labor and repair, track receipt and installation of Government furnished parts, and deduct Government furnished parts from invoices. Equipment is returned to the Government fully mission capable. All faults have been corrected. Quality control inspections performed by the firm have discovered and resolve d problems prior to final inspection by the Government. The firm accomplishes the repair/refurbishment process without the involvement of redeploying units/soldiers and with minimal supervision from the Government. Government/industry teaming concepts wh ich make efficient use of existing government resources can be considered, if significantly less expensive. THE GOVERNMENT OBJECTIVES INCLUDE A SOURCE??????S CAPABILITY AND CAPACITY TO RECEIVE, REPAIR, PAINT, TRACK AND REPORT, AND RETURN EQUIPMENT TO THE GOVERNMENT RECEIVE. The firm should demonstrate its capability to receive equipment from within Europe to include ports of entry and transport equipment, operational and/or non-operational, to its facilities for repair. REPAIR. The firm should demonstrate its capability to return the equipment to a fully mission capable status, in accordance with the equipment??????s Technical Manuals (See website https//www.logsa.army.mil/etms /welcom1.htm). Firms should demonstrate capability to perform multiple levels of maintenance (at a minimum, TM -10 through -30, or additionally -40 or -50), and identify the firm??????s capacity and production rates at each level (identify how many weeks are necessary to prepare for and reach full production). The ability to perform all levels of maintenance for a given type of equipment is not required. The ability to reconstitute all or most equipment listed is not required. Firms are expected to be c apable of reconstituting all types of equipment within a listed series. Firms should demonstrate capability to repair some or all of the following families of vehicles/equipment M101, M105, M149, M870-series, M127-series, and M1000 trailers M939-series (M923, M924, M925, M931, M932, M934, M935, M936) 5-ton trucks M977-series HEMTTs (M978, M983, M984, M985) M998-series HMMWVs (M1038, MM1025, M1026, M996, M997, M1109, M1114) M1070 HET M1074 and M1075 PLS M1-series Abrams tank with embedded diagnostics M2-series Bradley Fighting Vehicle M3-series Cavalry Fighting Vehicle M113-series APC M577-series Command Post APC PAINT. The firm should demonstrate its capability to spot paint and/or repaint the equipment with Chemical Agent Resistant Coating (CARC) in accordance with applicable CARC painting Technical Manuals. Inability to CARC paint is not a disqualifier. TRACK AND REPORT. The firm should demonstrate its capability to track and report equipment reconstitution progress and provide timely, accurate information on equipment location, repair status, and estimated date of completion. Reporting should provide vi sibility on equipment by type, by unit, down to battalion or separate company level, and by bumper number/serial number. The requirement may include a provision for electronic vehicle tracking systems or other means to ensure accountability of equipment. RETURN. The firm should demonstrate its capability to deliver reconstituted equipment to holding areas within Europe for final inspection and return to the Government. Interested parties must provide rough-order-of-magnitude estimates of the cost to perform the reconstitution effort by vehicle type , as well as estimated production rates and capability at each level of maintenance (at a minimum, TM -10 through -30, or ad ditionally -40 or -50). Estimates will be non-binding. The Government may request the opportunity to conduct detailed pre-award surveys. This announcement is a request for sourcing information and no contract will be awarded pursuant to this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this request for information marked or designated as corporate or proprietary information will be fully protected and held in strict confidence. Please provide information via email in proposal format, not to exceed 15 standard type written pages, identifying a point of contact, to WCC no later than 12 00 pm CET 30 January 2004. Questions and responses to this notice should be provided in writing via electronic means to Ms. Carmen Kaufmann (carmen.kaufmann@rcc.wbn.usacce.army.mil) or Ms. Kathy Wooldridge (kathy.wooldridge@rcc.wbn.usacce.army.mil). Responses to this notice may also be provided in writing (include a CD) to Commander, Wiesbaden Contracting Center ATTN Master Contracts Team CMR 410 Box 741 APO AE 09096 Or Commander, Wiesbaden Contracting Center ATTN Master Contracts Team Konrad Adenauer Ring 39 65187 Wiesbaden, Germany
 
Place of Performance
Address: ACA, Wiesbaden Contracting Center ATTN: AEUCC-C, CMR 410, Box 741 APO AE
Zip Code: 09096-0741
Country: EU
 
Record
SN00501343-W 20040111/040109211935 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.