Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOURCES SOUGHT

25 -- LVSR Walking Floorboard - Draft Floorboard Performance Spec

Notice Date
7/28/2015
 
Notice Type
Sources Sought
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
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-I-0229
 
Archive Date
8/28/2015
 
Point of Contact
Albert H. Whitley, Phone: 7034329903, Ryan D. Bell, Phone: 7034323268
 
E-Mail Address
albert.whitley@usmc.mil, ryan.d.bell@usmc.mil
(albert.whitley@usmc.mil, ryan.d.bell@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft walking floorboard performance specification. The Program Manager, Logistics Vehicle Systems Replacement (LVSR) has a requirement to replace the "walking floorboard" on both the driver and passenger side of the LVSR to allow for debris and water to be easily cleaned from the cab structure after the vehicle has traveled off of improved roadways. The interested parties are asked to respond to both contacts listed in the announcement and provide: (1) a brief capabilities statement; (2) the business size (small or large) and if the respondent is a small business provide the subcategories, if applicable (i.e., SDVOSB, VOSB, WOSB, etc.); (3) Contractor and Government Entity (CAGE) Code; (4) Business Name; (5) Point of Contact (Name, email address, and phone number); and (6) recommended changes to the Statement Of Objectives to ensure the requirements are clearly understood (optional). If adequate competition exists within the small business community, we are required by statute to set the procurement aside for small business interests. If subcategories of Small Businesses are present in sufficient numbers to allow adequate competition; the Contracting Officer has the ability to further restrict competition to one or more subcategory of Small Businesses. After the closing date of the sources sought notice has closed, the Program Manager, LVSR will finalize the acquisition strategy and will schedule blocks of time for interested offerors to see the LVSR and make any measurements necessary. The following is a draft of the Statement of Objectives. It may be modified based upon the feedback received from respondents. Introduction This Statement of Objectives (SOO) describes the end-state for the Offeror's proposed comprehensive strategy in development of a prototype, test evaluation strategy/plan, resultant Engineering Change Proposal (ECP), Integrated Logistics Support (ILS), Production, and Installation of the Improved Walking Floor ECP for all variants of the United States Marine Corps Logistics Vehicle System Replacement (LVSR). The Offeror's proposal shall include the full range of support required to meet Subsystem Performance Specification for LVSR Walking Floor Improvement, dated 02 July 2015 (LVSR Walking Floor Spec Draft v2_02JUL2015.docx) and the objectives within the SOO. The revised floorboard cannot cause further corrosion of the LVSR's structure or components due to inadequate accessibility, by operators or maintainers, to conduct sufficient cleaning of the interior cab floor as required. The Offeror is encouraged to seek ways to incorporate innovative and emerging technologies as well as best business practices in a manner that provides economic efficiency and continuous improvements to system and mission performance factors. •1.0 Period of Performance The Period of Performance shall not exceed 24 months which includes approximately six (6) months for ECP development and approval, approximately six (6) months after ECP approval for production, and approximately twelve (12) months for the completion of the installation. Production shall allow for installations to begin approximately three (3) months after delivery of the first Improved Walking Floor. •2.0 Scope The Offeror shall perform the objectives and tasks for the Improved Walking Floor in accordance with the Improved Walking Floor Specification. •3.0 Background The LVSR cab is experiencing corrosion of structural members located below the walking floors. Inspections of the LVSR have identified considerable debris and water between the cab floor and walking floors. The current walking floors are not easily removable for access to the inside cab floor for cleaning of this area. The driver side walking floor attaches with eight bolts and the assistant driver (a-driver) side attaches with seven bolts. Both walking floors are also clamped between the forward seat mount and a cab support. To remove a walking floor, the associated forward seat mount must be unbolted and the seat lifted. When re-installing the walking floorboards and seats new fasteners must be used. •4.0 Objectives 4.1 Engineering Objectives For both the armored and unarmored LVSR variants, the Offeror shall develop, test, and document an Improved Walking Floor which will include; prototype, detailed test plan, test results, draft ECP, and final ECP to allow for regular cleaning of the interior cab floor. 4.2 Program Management Objectives Program Management shall be responsible for meeting the overall Improved Walking Floor objectives, provide and monitor complete ECP schedule from development to the completion of installation, Risk Management reporting, and bi-weekly tracking report of installations into fielded LVSRs. 4.3 Integrated Logistics Support The Offeror shall provide all documentation to support the Improved Walking Floor effort to accomplish required sustainment activities to which include, but are not limited to: incorporation of the maintenance procedures in the LVSR Interactive Electronic Technical Manual, a parts list, installation instructions, installation time standards, evaluation of the need for special tools, training, cost and provisioning data, and drawings with Government purpose rights. 4.4 Production The Offeror shall manufacture 2,025 sets of Improved Walking Floors based on the Government approved ECP. The production of the Improved Walking Floor shall be completed within six (6) months of the Government's approval for the ECP. Production shall also allow for installations to begin within three (3) months of Government approval of the ECP. 4.5 Installation The Offeror shall develop an approach to install a minimum of 1,500 sets, with an objective of 2,000 sets, of the Improved Walking Floor within a twelve (12) month period. Installations shall be completed at Marine Corps installations without having formally established fielding sites.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-I-0229/listing.html)
 
Place of Performance
Address: Various locations within CONUS, Hawaii and Okinawa, Japan, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN03812475-W 20150730/150728235004-b9edc54368da854a880c8889e1429b88 (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.