Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOURCES SOUGHT

Z -- MRAP OPFOR Optimization

Notice Date
9/29/2014
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-R-5500
 
Archive Date
10/28/2014
 
Point of Contact
Alicia Sims, Phone: 7034322754, Carl V Bradshaw, Phone: 7034322862
 
E-Mail Address
alicia.sims@usmc.mil, carl.bradshaw@usmc.mil
(alicia.sims@usmc.mil, carl.bradshaw@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the RFI. The Government will not reimburse respondents for any cost associated with submission of the information being requested. The purpose of this RFI is to receive feedback from industry in regard to the following effort in support of market research. Information is being gathered to inquire if more than one supplier has the capability to meet the Government's need. Program Executive Officer, Land Systems Marine Corps is seeking to identify possible interested vendors in the modification, upgrade and maintenance of the Mine Resistant Ambush Protected (MRAP) Family of Vehicles (FoV) at the Marine Expeditionary Unit (MEU) Marine Augmentation Program (MAP) located in Kuwait. The MAP supports Theater Security Cooperation activities. The MAP will have a minimum of 410 and a maximum of 1,673 MRAP vehicles that must be kept in an operational state (defined as condition code A status). The MRAP vehicles are a family of military armored vehicles designed to survive Improvised Explosive Device (IED) attacks and ambushes. It is the contractors' responsibility to check Federal Business Opportunities (FBO) to get additional data. The Government is interested in identifying vendors that can perform the installation of significant and complex Engineering Change Proposal (ECP) upgrades as well as preventative maintenance in a Government facility. ECP upgrade installs may potentially include welding and lifting of components. Preventative maintenance includes keeping the FoV in a turnkey ready state. Contractors who believe that they possess the expertise, proven capability and experience to fulfill the preceding requirements are invited to submit technical and management capabilities addressing the requirements in writing. Please send responses via e-mail toAlicia Sims at alicia.sims@usmc.mil by 2 PM EDT, October 17, 2014. Please reference the title of the program in the subject line. Please limit your response to no more than twelve pages. The submission shall be clearly readable, and legible. Any information submitted that is not readable will not be considered. • Do not include, attach or send brochures in addition to your response. Also include information such as: Company name, address, email, telephone number, points of contact, Commercial and Government Entity (CAGE) Code, size of business pursuant to North American Industrial Classification System (NAICS) code 336992 (Military Armored Vehicle, Tank and Tank Component Manufacturing) and respond to the following questions: (1) Is your business a large or small business, (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business, (3) If disadvantaged, specify under which disadvantaged group and whether your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified HUBZone firm, (5) Is your firm a woman-owned or operated business, (6) Is your firm a certified Service-Disabled Veteran-Owned Business, and (7) What your company's core competencies are. To the maximum extent possible, please submit non-proprietary information. All information received in this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-R-5500/listing.html)
 
Place of Performance
Address: Stafford, Virginia, United States
 
Record
SN03536389-W 20141001/140930022904-68ad83c5223b1bcca1a536e922e5e364 (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  © 1994-2020, Loren Data Corp.