Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

A -- This is a Sources Sought notice that seeks information from potential interested sources for a pending Foreign Military Sales (FMS) case.

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785411I6008
 
Response Due
3/25/2011
 
Archive Date
5/25/2011
 
Point of Contact
Mr. Edwin Wright
 
E-Mail Address
Wright@usmc.mil<br
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice that seeks information from potential interested sources for a pending Foreign Military Sales (FMS) case. There currently is no Request For Proposal (RFP) under development, and no RFP is available. Marine Corps Systems Command (MARCORSYSCOM) is seeking information from potential responsible sources for an anticipated partnership with Marine Corps Logistics Command (MARCORLOGCOM) to perform modifications on the Amphibious Assault Vehicle (AAV) hull. This effort is part of the AAV Reliability, Availability and Maintainability/Rebuild to Standard (RAM/RS) Program. Modification of the AAV hull will allow for the installation of a modified suspension system and new engine to the vehicle. The general requirements include hull modification of AAV7A1 Family Of Vehicles (FOV). The potential requirement currently consists of the Foreign Government purchasing 26 AAV7A1 (22 AAV P7A1, 2 AAV R7A1 and 2 AAV C7A1) Hulls from the U.S. Government and an additional 26 AAVS Hulls (22 AAVP7A1, 2 AAVR7A1 and 2 AAVC7A1) currently belonging to the Foreign Government will be shipped to MARCORLOGCOM and upgraded. These vehicles will be upgraded to the Reliability, Availability and Maintainability/Rebuild to Standard (RAM/RS) configuration. The contractor will be required to provide the necessary modifications to the AAV hull that will allow for the installation of a modified suspension system and a new engine to the vehicle. This may include, but is not limited to, welding and machining of stripped ballistic aluminum alloy hulls. Offerors shall have the capability to lift and maneuver an AAV hull, with approximate dimensions of 130 inches width, 130 inches height, 321 inches length, and 30,000 pounds weight. There is the potential for the contractor to actually procure and possibly install upgrade components or kits containing the upgrade components. At this time, the acquisition strategy includes MARCORLOGCOM as the responsible party for the rebuild of 52 AAV7A1 vehicles; however, MARCORLOGCOM does not have the facilities to perform the required changes to the AAV hull modifications. The AAV7A1 will be disassembled at MARCORLOGCOM facilities and the hulls will be provided to the contractor for modification in accordance with the Government provided technical data. It is anticipated that this will be a Government-Contactor workshare agreement, and any contract awarded will necessitate a teaming agreement/arrangement between the contactor and MARCORLOGCOM to accomplish the requirement. Interested sources shall possess all the capabilities necessary to perform this effort as the Government does not intend to provide the necessary facilities, equipment or tooling to any contractor for performance of the hull modifications. Parties interested in providing information in response to this RFI are invited to provide the following information to assist the Government in this market survey: -Introductory Statement (not more than 5 pages) that includes at least the following: Organizational Name, Address, Point of Contact information, DUNS and CAGE Code, Business size and type (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc.) -Statement of capabilities addressing the Governments potential requirement, including organizational structure, and production/engineering facility capabilities, and procuring/kitting of material. -Information on previous/current experience and projects that may be comparable, similar to, or closely approximated with the scope of work, including any experience teaming with a Government entity on a project. -Any other information that the respondent may determine to be of value to the Government in evaluating the current market and industrial base ™s capabilities in supporting the potential requirement. Responses shall be limited to a total of not more than 30 pages that are not larger than 8.5 x 11 for each sheet and the font size should be no less than 12 pt and povided on CD in CD format, but must be readable in at least Microsoft Office 2003 and/or Adobe Reader Professional 8. Responses to this RFI are requested to be received via mail by 1400 EDT on 25 March 2011. Mailing address for final response is Commander, Marine Corps Systems Command Attn: Mr. Edwin Wright “ 2200 Lester St., Quantico VA 22134. NOTE: This Request for Information is for planning purposes only and is issued in accordance with FAR Clause 52-215-3. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. Additionally, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411I6008/listing.html)
 
Record
SN02388101-W 20110227/110225234523-b7d87d356e7a02bb4a45e88fa44df978 (fbodaily.com)
 
Source
FedBizOpps 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.