Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOURCES SOUGHT

23 -- Egress Upgrade Installation for the Mine Resistant Ambush Protected (MRAP) Cougar Family of Vehicles (FoV)

Notice Date
9/15/2016
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component 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
M67854-16-R-5510
 
Archive Date
10/20/2016
 
Point of Contact
Duane I. Coats, Phone: 703-432-2761, Patrick Ingram, Phone: 703-432-3153
 
E-Mail Address
duane.coats1@usmc.mil, james.p.ingram@usmc.mil
(duane.coats1@usmc.mil, james.p.ingram@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1.0 Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued for information and planning purposes and is issued in accordance with Federal Acquisition Regulation 52.215-3 - Request for Information or Solicitation for Planning Purposes. This RFI does NOT constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This RFI does not commit the United States Government (USG) to contract for any supply or service. Further, the USG is not seeking proposals at this time and will not accept unsolicited proposals. Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. With V-shaped hulls, raised chassis and armored plating, the Mine Resistant Ambush Protected Vehicle (MRAP) has proven to be the single most effective counter to Improvised Explosive Devices (IEDs). Blast-resistant underbodies and layers of thick, armored glass offer unparalleled protection, while all-terrain suspension and runflat combat tires ensure Marines can operate in complex and highly restricted rural, mountainous and urban terrains. Program Executive Officer, Land Systems Marine Corps is seeking to identify possible interested vendors in the installation of government furnished Egress Kits on Mine Resistant Ambush Protected Cougar Category I (4x4) and Category II (6x6) vehicles. The purpose of this RFI is to receive feedback from industry in support of market research and to determine supplier capability to meet the Government's need. 2.0 Background This effort requires replacing current front and rear doors with new electro-hydraulic assisted doors and internal spall armor panels, replacing the rear steps with new steps, and modifying a section of the external exhaust pipe with a new breakaway exhaust section. Egress kits will be provided as government furnished material. Egress kit installation will include welding, cutting, and grinding of high hard steel armor, painting in accordance with military specifications for Chemical Agent Resistant Coating (CARC) paint, and lifting of kits/components, as well as labor, facilities, support equipment, and materials necessary to perform the installations. The contract will also require handling, storage and disposition of government furnished equipment (modification kits, vehicles, and any excess material procured by the contractor). Installations are anticipated to be required for up to 950 Cougar vehicles. 3.0 Responses A single award firm-fixed-price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract will be awarded as a result of full and open competition. 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. Interested parties should include recent and relevant examples of similarly scoped work that they have performed. Send responses via e-mail to duane.coats1@usmc.mil by 2 PM EST Wednesday, 5 October 2016. Please limit your response to no more than five 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 with to your response. 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) codes 811111 - General Automotive Repair, 336992 Military Armored Vehicle, Tank and Tank Component Manufacturing, and 541330 Engineering Services.: (1) Identify if your business is 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, (7) Regardless of size, what your company's core competencies are, and (8) Describe over all capability and facilities to weld high hard steel. 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. 4.0 Industry Day An Industry Day will be held at Aberdeen Test Center (ATC), Aberdeen, MD on or about 12 October 2016, in order to allow interested companies to meet with program office personnel, and to view Cougar vehicles with the Egress kits installed, and all of the components of the kits. Participants will be limited to two company representatives. All personnel must have a valid ID to access ATC and the Restricted Area within ATC where the vehicles are located. Personnel with an active security clearance will need to submit their Joint Personnel Adjudication System (JPAS) information prior to the Industry Day. Vendors must send their company representative names to cougar_deliverables@usmc.mil by COB 30 September 2016 for the time, exact location, and the Security Management Office (SMO) code. PLEASE NOTE: Interested parties shall agree that any Government Furnished Information (GFI) distributed or made available during the Industry Day event shall not, without the written permission of the Government, be used, modified, reproduced, released, or displayed. The interested parties shall further agree that it shall not disclose any of the GFI to any person other than its subcontractors, suppliers, or prospective subcontractors or suppliers, who require any of the GFI to submit offers for, or perform, contracts under this effort. Prior to disclosing any of the GFI, the interested party shall require the persons to whom disclosure will be made to provide the Government with its agreement to the terms of this paragraph. All questions and responses, except those that contain proprietary information, will be published via the Federal Business Opportunities website (www.fbo.gov) for public viewing after the completion of this Industry Day event. 5.0 Industry Discussions Conducting meetings with interested parties shall be at the discretion of the USG. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing via e-mail by September 30, 2016 to the Contract Specialist, Duane Coats, at duane.coats1@usmc.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The USG does not guarantee questions received after Posting date + 50 days at 1200 EST will be answered. 7.0 Summary THIS IS AN RFI ONLY to identify sources that can install government furnished Egress Kits on Mine Resistant Ambush Protected Cougar Category I (4x4) and Category II (6x6) vehicles The information provided in the RFI is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the items discussed and the release of this RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become USG property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-16-R-5510/listing.html)
 
Place of Performance
Address: To Be Determined (TBD), United States
 
Record
SN04273428-W 20160917/160915235701-b736735f606ee418b40f41808d7edf71 (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.