Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
DOCUMENT

25 -- Performance Based (PB) Contractor Logistics Support (CLS) Sustainment for Medium Tactical Vehicle Replacement (MTVR) - Attachment

Notice Date
10/21/2011
 
Notice Type
Attachment
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
 
Solicitation Number
M6785412E0200
 
Response Due
12/9/2011
 
Archive Date
2/28/2012
 
Point of Contact
karen.matsushima@usmc.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
1. Introduction The Program Executive Office Land Systems (PEO-LS) Program Manager, Medium Tactical Vehicle Replacement/Logistics Vehicle System Replacement (PM MTVR/LVSR) is conducting market research to determine qualified, experienced, and interested potential sources, as defined in FAR 15.201(e). Part of the market research is to publish, on Navy Electronics Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps), a Request for Information (RFI) seeking market information on businesses capable of providing the supplies and services, as described in the attached draft Statement of Work (SOW). The information requested by this RFI will be used within the MCSC to facilitate decision making and will not be disclosed outside the agency. Firms choosing to respond to this RFI are cautioned that THIS SYNOPSIS/RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool used to determine the adequacy of eligible business sources and the PM MTVR/LVSR team will not provide any feedback or conduct discussions with non-federal government activities outside the agency regarding the information you provide in response to this RFI. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. 2. Background The objective of the PM MTVR/LVSR is to establish and maintain effectual, comprehensive logistics support for the Medium Tactical Vehicle Replacement (MTVR) Family of Vehicles (FOVs) for the United States Marine Corps (USMC) and the United States Navy (USN). The draft SOW specifies the Vendor Performance Based (PB) support and maintenance that result in decreased Customer Wait Time (CWT) defined as from the receipt of the requisition by the vendor until the vendor delivers the requisitioned item(s) to the first government agent in the delivery chain for the delivery of repair parts and Contractor Logistic Support (CLS) Repairables ; diminished USMC inventory requirements; remanufacture of the MTVR and major components; increased reliability of repairables and reduced total vehicle life cycle cost. The draft SOW contains five (5) sections: I. General Requirements; II. Class IX Parts and CLS Repairables; III. Secondary Reparable (SECREP) Logistics Integration Support; IV. Rebuild of the MTVR; and V. Vendor Incentives. It is important to note, the Government does not own the Technical Data Package (TDP) for the MTVR; the TDP is owned by the Original Equipment Manufacturer (OEM), Oshkosh Corporation. 3. Requested Information a.Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number and e-mail of designated point of contact. b.Company information (include CAGE Code, DUNS and applicable Business Socio-Economic Category, i.e., small business, SDVOSB, VOSB, etc.). c.Statement of capabilities: technical qualifications that demonstrate the ability to perform all of the tasks or sections/portions of the task defined in the draft SOW. d.Identify Major Risks: general information to identify any major risks anticipated and/or associated with this type of effort. e.Provide comment on performance measures incorporated in Section V of the draft SOW. Optional: Provide recommendation for alternative NAICS code, if the one provided is too restrictive or not restrictive enough as to business size and industry category. f.All information received in response to this RFI that is marked Proprietary will be handled accordingly. 4. Responses Information submitted in response to this RFI should be emailed to Contracting Officer, Karen A. Matsushima, email address karen.matsushima@usmc.mil and Contract Specialist, Beverly M. Summerson, email address beverly.summerson@usmc.mil or mailed or delivered via FEDEX, UPS, or DHL to the following address, no later than, 3:00 pm EST, 9 December 2011. No phone calls will be accepted: MARCORSYSCOM 2200 Lester Street, Building 2204 Quantico, VA 22134 In the subject line of emails and on the cover of mailed/delivered packages, reference RFI-M67854-11-E-0232. a.Responses submitted via email shall be in either Microsoft Word or.pdf format and compatible with Microsoft Office 2007 products. Submissions are limited to fifteen (15) pages, including cover letter and contact information. Supplemental materials such as brochures and product literature may also be submitted and are limited to five (5) pages. b.Packages submitted via mail/delivery shall contain text in Times New Roman, 12 point font, color black with proportional spacing. Print size for figures, diagrams, charts, and tables shall be no smaller than 8 point font with colors other than black are allowable. FOLDOUTS ARE PERMITTED FOR FIGURES AND TABLES ONLY and are limited to a maximum size equivalent of three 8-1/2 x 11 inch pages. 5. Questions Vendor questions regarding this notice shall be submitted in writing by e-mail to Contracting Officer, Karen A. Matsushima, email address karen.matsushima@usmc.mil and Contract Specialist, Beverly M. Summerson, email address beverly.summerson@usmc.mil by 3:00 pm EDT on 10 November 2011. Verbal questions will NOT be accepted. Questions will be answered by posting answers as an attachment, titled Questions and Answers to this notice, within seven (7) business days of the close date for Vendor questions. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 10 November 2011, 3:00 pm EDT will be answered. 6. Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide support and maintenance for the USMC and USN MTVR FOVs. The information provided in the RFI is subject to change and is not binding on the Government. The USMC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. If a solicitation is released, it will be synopsized in the NECO website located at https://www/neco.navy.mil and the FedBizOpps at https://www.fbo.gov. All contractors who provide goods or services to the Department of Defense (DoD) must be registered in the Central Contractor s Register (CCR). To register in the CCR, log on to http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785412E0200/listing.html)
 
Document(s)
Attachment
 
File Name: M6785412E0200_MTVR_PB_CLS_SUSTAINMENT_SOW_RFI_17_OCT_2011.doc (https://www.neco.navy.mil/synopsis_file/M6785412E0200_MTVR_PB_CLS_SUSTAINMENT_SOW_RFI_17_OCT_2011.doc)
Link: https://www.neco.navy.mil/synopsis_file/M6785412E0200_MTVR_PB_CLS_SUSTAINMENT_SOW_RFI_17_OCT_2011.doc

 
File Name: M6785412E0200_Attachment_1_-_Class_IX_NSNs_17_OCT_2011.doc (https://www.neco.navy.mil/synopsis_file/M6785412E0200_Attachment_1_-_Class_IX_NSNs_17_OCT_2011.doc)
Link: https://www.neco.navy.mil/synopsis_file/M6785412E0200_Attachment_1_-_Class_IX_NSNs_17_OCT_2011.doc

 
File Name: M6785412E0200_Attachments_2_and_3_17_OCT_11.pdf (https://www.neco.navy.mil/synopsis_file/M6785412E0200_Attachments_2_and_3_17_OCT_11.pdf)
Link: https://www.neco.navy.mil/synopsis_file/M6785412E0200_Attachments_2_and_3_17_OCT_11.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02611348-W 20111023/111021234655-f6f54d920a6cdf5627821f1b550be3b3 (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.