SPECIAL NOTICE
25 -- MRAP Cougar CAT II Seat Survivability Upgrade Kits
- Notice Date
- 4/4/2013
- Notice Type
- Special Notice
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, Virginia, 22134-5010
- ZIP Code
- 22134-5010
- Solicitation Number
- M67854-13-R-5516
- Archive Date
- 4/30/2013
- Point of Contact
- Nichole Wyche-Seawood, Phone: 7034322755
- E-Mail Address
-
Nichole.Wycheseawood@usmc.mil
(Nichole.Wycheseawood@usmc.mil)
- Small Business Set-Aside
- N/A
- 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, and 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 and is in support of market research. Information is being gathered to determine if more than one supplier has the capability to fully meet the Government's stated requirements. The United States Marine Corps (USMC) is seeking interested sources capable of providing a Seat Survivability Upgrade (SSU) kit to be integrated onto the Mine Resistant Ambush Protected (MRAP) Category (CAT) II A1 Cougar vehicles. The MRAP vehicles are a family of armored fighting vehicles designed to survive Improvised Explosive Device (IED) attacks and ambushes. It is the contractors' responsibility to check FedBizOps (FBO) to get additional data. CONTRACTORS ARE NOT TO CONTACT ANY USMC GOVERNMENT EMPLOYEE OTHER THAN THE POINT OF CONTACT LISTED BELOW REGARDING THIS RFI. Potential sources must have a demonstrated expertise/capability to design, test, produce, and develop systems integration documentation of a complete SSU kit inclusive of each of the following components; 1) energy absorbing seats, 2) 5-point seatbelts, 3) blast mats, 4) internal crew Automatic Fire Extinguishing System (AFES) reconfiguration, and 5) driver/co-driver compartment upgrades on MRAP vehicles. In addition, potential sources must demonstrate knowledge of the technical and engineering data for the CAT II A1 Cougar vehicle configurations, as this data will not be made available by the Government. Contractors who believe that they possess the expertise and experience to fulfill all of these requirements are invited to submit technical and management capabilities addressing the requirements in writing. Contractors responding to this RFI shall be registered in Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Please send responses via e-mail to Ms. Nichole Wyche-Seawood, nichole.wycheseawood@usmc.mil by 2 PM EST, APRIL 15, 2013. Please reference the title of the program in the subject line. Please limit your response to no more than twelve pages (size: 8.5 x 11 pages, double spaced, with 1 inch margins), using Times New Roman 12 pt font or equivalent, and submitted in Microsoft Word 2003 or Adobe PDF formats. 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) 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, 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/M67854/M67854-13-R-5516/listing.html)
- Record
- SN03029259-W 20130406/130404235221-881912e92e6d848fdccda997f6551019 (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 |