SOLICITATION NOTICE
23 -- Egress Upgrade for the Mine Resistant Ambush Protected (MRAP) Cougar Family of Vehicles (FoV)
- Notice Date
- 10/6/2017
- Notice Type
- Presolicitation
- 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
- M67854-17-R-0264
- Archive Date
- 10/31/2017
- Point of Contact
- Cara L. Peters, , Brenda Edwards,
- E-Mail Address
-
cara.peters@usmc.mil, brenda.edwards@usmc.mil
(cara.peters@usmc.mil, brenda.edwards@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Egress Upgrade for the Mine Resistant Ambush Protected (MRAP) Cougar Family of Vehicles (FoV) NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1.0 Introduction: Program Executive Officer Land Systems (PEO LS) is seeking to identify interested vendors for the installation of government furnished Egress Upgrade Kits on Mine Resistant Ambush Protected (MRAP) Cougar Category I (4x4) and Category II (6x6) vehicles. The Egress upgrade consists of replacing current front and rear doors of the MRAP Cougar Category I (4x4) and Category II (6x6) vehicles with new electro-hydraulic assisted doors and internal spall armor panels, adding internal mounting brackets for battery/controller placement, replacing the rear steps with new steps, and rerouting the external exhaust pipe. The Egress upgrade also includes disassembly, welding, cutting, grinding, and crack repair of high hard steel armor, painting in accordance with military specifications for Chemical Agent Resistant Coating (CARC) paint, integration, re-assembly, and functional testing, as well as the labor, facilities, heavy lift capability, proper welding certifications, support equipment, and materials necessary to perform the installations. Installations are anticipated to be required for 1,732 Cougar vehicles. The Egress upgrade also requires vendors to meet the following requirements: - Possess existing DoD Activity Address Code (DoDAAC); - Demonstrate extensive experience and proficiency with Flux Core Arc Welding (FCAW) on MIL-DTL-46100 High Hard Steel (HHS); - Demonstrate capability to weld MIL-DTL-46100 HHS precisely controlling for heat input and hydrogen embrittlement; - Demonstrate ability to locate, diagnose and repair severe cracks in HHS; - Demonstrate ability to precisely fit welded components with less than 1mm deviation; - Demonstrate the capability to remove and apply CARC; - Provide and maintain 50,000 square feet of facilities with adequate climate control for welding and welding cool down (minimum 60⁰F (16⁰C)) and storage (between 46⁰F (8⁰C) to 70⁰F (21⁰C)) for up to 1,075 Egress Upgrade kits; - Provide facilities to receive, handle, inventory, and securely store up to 78 Cougar vehicles at a time; - Demonstrate the ability to perform demilitarization and disposal of excess materials; - Demonstrate the capability to manufacture fixtures and components as required; and - Demonstrate knowledge of the different variants of the Cougar vehicle. 1.1 Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not a RFP. The Marine Corps Systems Command is issuing this RFI, in support of PEO LS, to determine if more than one supplier has the capability to provide the support described in the Introduction listed above and the Technical Instructions and Technical Drawings (provided by request only). Interested vendors should contact the Contract Specialist, Cara Peters, cara.peters@usmc.mil to request the aforementioned Technical Instructions and Technical Drawings. These documents will be distributed to interested vendors via the U.S. Army Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe Access File Exchange (SAFE). 1.2 Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for businesses to provide the U.S. Marine Corps with the support described above. 2.0 Requested Information: Respondents who are interested are requested to provide information that identifies their capability to provide the support described in the Introduction listed above and the Technical Instructions and Technical Drawings. 3.0 Responses: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 81/2 x 11 in paper, no more than eight (8) pages in length, using 12 point font. All responses must include the following information: company name, address, CAGE code, point of contact with corresponding phone number and e-mail address, and business size (under NAICS 336992). Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Responses shall be submitted via e-mail to Cara Peters, cara.peters@usmc.mil and Brenda Edwards, brenda.edwards@usmc.mil no later than 1600 Eastern Time on 16 October 2017. All submissions received will not be returned. Telephone replies will not be accepted. Inquiries by email or telephone will not be accepted. 3.1 Questions: Questions or comments regarding this notice may be addressed to Cara Peters, cara.peters@usmc.mil and Brenda Edwards, brenda.edwards@usmc.mil, by email only. No questions will be accepted after 12 October 2017 at 1400 Eastern Time. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to FedBizOpps so that all interested parties will benefit from the same information. It is industry's responsibility to monitor the site for the release of any amendment to this announcement; however, if some of the answers to industry's questions include FOUO classified information, only vendors who have provided the Government with their US Postal mailing address and valid CAGE code will be provided such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-17-R-0264/listing.html)
- Record
- SN04708779-W 20171008/171006230808-c1ad0e2debadd8ec6cedb1b70109f381 (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 |