Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
MODIFICATION

23 -- -ATV Kevlar Spall Liner Material and Repair

Notice Date
8/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Warren (ACC-WRN)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV15R0269
 
Point of Contact
Eric Raab, Phone: 5862823493, Dawn Vanhulle, Phone: 5862829982
 
E-Mail Address
eric.a.raab.civ@mail.mil, dawn.m.vanhulle.civ@mail.mil
(eric.a.raab.civ@mail.mil, dawn.m.vanhulle.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Warren is issuing this Request for Information (RFI) announcement as part of sources sought notice for the supply of the Plasan Kevlar Floor Spall material and the repair of Floor and Sidewall Spall damage as part of the upgrade and reset of Mine Resistance Ambush Protected (MRAP) All-Terrain Vehicles (M-ATV). Participants must be able to comply with following: 1) Have the expertise and knowledge to remove and re-install the M-ATV Underbody Improvement Kit. 2) To procure Plasan manufactured Kevlar Floor Spall Panels for the M-ATV. 3) Have access to M-ATV Technical Repair Manuals and M-ATV Modification Work Orders. 4) Have access to the Total Enterprise Asset Management System (TEAMS) database. 5) Have employees who have Common Access Cards (CACs). 6) Employees of the contractor must possess Army Knowledge Online (AKO) accounts. 7) Have experience and knowledge in making Kevlar Spall repairs on heavy equipment vehicles. 8) Have existing production facility, capital equipment, capacity and workforce to meet a minimum output of 25 vehicles per week for up to 52 weeks. Facility must be able to house 50 M-ATVs at any time. Facility must also possess overhead lift equipment capable of lifting 1000 lbs. Be advised, potential offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Interested companies may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact not later than 4:00 PM EST on 19 August 2015. Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be accomplished on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their responses: 1. Contact information: Interested companies should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc). 2. Capabilities Statement: A detailed statement stating your company's capabilities providing the same and similar items described in this notice. 3. Business Status: Please indicate the business size status of your company (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business etc.). 4. Business Size: Please indicate your business size based on NAICS 336992. 5. Positive Statement: Please provide a positive statement of interest to submit a proposal. This notice is a RFI ONLY to see if this procurement can be accomplished on a competitive basis; therefore, no questions will be taken at this time. If and when a solicitation is posted, questions will be taken at that time and answered via a live Question and Answers Document. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to: Eric Raab Contract Specialist Telephone (586) 282-3493 E-mail eric.a.raab.civ@mail.mil Contracting Office Address: ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000 Point of Contact(s): Eric Raab 586-282-3493
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58679f1b5d736f3d98a7464b93c18b6a)
 
Record
SN03846063-W 20150821/150819235917-58679f1b5d736f3d98a7464b93c18b6a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.