SOURCES SOUGHT
J -- Request for Information (RFI) for the restoration of an HMMWV, located at the National Museum for the Marine Corps (NMMC), Marine Corps Base, (MCB), Quantico, Virginia.
- Notice Date
- 6/15/2011
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- M00264 MARINE CORPS RCO - NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M0026411I0411
- Response Due
- 6/24/2011
- Archive Date
- 7/9/2011
- Point of Contact
- Carol Neely (703)432-8049
- Small Business Set-Aside
- N/A
- Description
- The purpose of this RFI is to conduct market research which will be used to formulate an acquisition strategy to support a full and complete museum quality restoration of an HMMWV for static display in the National Museum of the Marine Corps (NMMC). This RFI allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities and suggestions that will allow the Government to refine its potential course of action. The RFI effort is intended to assess industry service capabilities and solicit feedback for acquisition planning purposes. The Regional Contracting Office, National Capital Region (RCO-NCR) is requesting responses from qualified businesses concerns. The qualifying NAICS code for this effort is 336992. The NMMC is responsible for collecting, safeguarding, displaying and preservation of an expanding aircraft, heavy ordnance weapons and vehicle collection in support of exhibits throughout the NMMC, regional Department of Defense (DoD) and National Level agencies and local municipalities. These artifacts also provide a medium for the professional development of individual Marines. The artifact shall be displayed inside Galleries of the NMMC as a part of the Phase II build out scheduled for sometime in 2012. The HMMWV weighs 9,870 lbs.. The length of artifact is 202 in., width is given as 85 in. and the height is 72 in.. This artifact is to be restored to depict the artifact ™s appearance as it was used in combat. The National Museum for the Marine Corps (NMMC) requirement will require contractor support with the capability to: 1)Completely dismantle, restore and deliver the artifact and all of it components museum quality within 12 months of contract award. 2)Drain and remove all oil and grease from the components (including but not limited to: engine, axles, wheels, sprockets, interior and exterior, gear box and drive components); The methods used for the removal of all corrosion, paint, oil and grease must be included in the Plan of Action (POA). 3)Furnish, by purchase or fabrication if necessary, all missing, incomplete or incorrect components and provide a complete digital photographic record and written report upon delivery of the artifact to the NMMC. 4)Remove all hazardous materials and corrosion or when corrosion cannot be removed, treated with an appropriate neutralizing/conversion. 5)Providing all methods of corrosion removal and disassembly with the mildest means possible to maintain the integrity of the artifact. Primer, paint and coatings shall be of high quality with all primer, paint, and coatings applied as specified by the manufacturer in such a manner to provide the original intent for the artifact and its time period display. All paint will be a urethane paint system. 6)Providing a complete and detailed restoration Plan of Action (POA) for government approval to include the transportation of the artifact to and from the Contractor site and all facets of the restoration process. 7)Conducting continual, in-process and final, on-site digital photographic and written documentation of all work performed including: Digital photographs taken of the artifact before disassembly, during disassembly, during any specific repairs, during reassembly, and after any painting process; a listing of all materials used and any information such as type of paint, method of application, source of supply, or any unusual steps required to be taken during the restoration process and submitting all documentation in both electronic (Microsoft Word) and hard copy formats. Responses to this RFI shall not exceed ten (10) pages, including cover letter and contact information. Subject response must contain: (1) capability statement sufficient to demonstrate performance acumen directly related to the objectives listed above; (2) Link to the respondent ™s General Services Administration (GSA) schedule, or attached file of same, if applicable; (3) Commercial labor categories and rates used by respondents for similar services; (4) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (5) other material relevant to establishing core competencies of the firm. Response is due by 10:00 AM EST on 24 June 2011. Please submit e-mail responses to Carol Neely at e-mail address: carol.neely@usmc.mil. NOTE: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. No solicitation documents exist at this time. The Government will not pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026411I0411/listing.html)
- Record
- SN02473977-W 20110617/110615235232-1116df11a11fd47fb8290e7e35bd59a7 (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 |