SOURCES SOUGHT
25 -- Thermal Sighting Systems
- Notice Date
- 3/1/2018
- 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
- M67854-18-R-0036
- Archive Date
- 3/30/2018
- Point of Contact
- Shari D. Chandler, Phone: 7037842835, Alicia Sims, Phone: 703-784-4116
- E-Mail Address
-
shari.chandler@usmc.mil, alicia.sims@usmc.mil
(shari.chandler@usmc.mil, alicia.sims@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION Program Manager, Advanced Amphibious Assault (PM AAA) Production of Assault Amphibious Vehicles 7A1 (AAVP7A1) Reliability, Availability and Maintainability/Rebuild to Standard (RAM/RS) M36E-T1 Thermal Sighting Systems for Foreign Military Sales (FMS) 1. Description NOTE: 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. 2. Purpose This RFI constitutes market research in accordance with FAR Part 10, to determine the availability of qualified, experienced and interested potential sources and is not a Request for Proposal (RFP). PM AAA is issuing this RFI as part of the AAV FMS Program to assess industry's capability to produce approximately 30 AAVP7A1 RAM/RS M36E-T1 Thermal Sighting Systems and upgrade approximately 48 AAVP7A1 RAM/RS M36E3 Day Sighting Systems to the AAVP7A1 RAM/RS M36E-T1 Thermal Sighting System configuration. In addition to the above requirement, the vendor should be capable of providing engineering; integration and testing; logistics; maintenance training devices and updates; and program management support services, as needed. The anticipated contract award date for this procurement is Aug 2018. In order to meet operational need dates for delivery of AAVP7A1 RAM/RS vehicles to the foreign purchaser, the 30 M36E-T1 Thermal Sighting Systems would be required to be delivered by Dec 2019. 3. Background The M36E-T1 (NSN 1240-01-553-5866) is included on the UMSC AAVP7A1 RAM/RS Family of Vehicles configuration currently in the sustainment phase of the acquisition life cycle. L3 Technologies is the sole source manufacturer of the USMC AAVP7A1 RAM/RS M36E-T1 Thermal Sighting System. The Government has no rights to the technical data for the M36E-T1 Thermal Sighting System and cannot provide it to interested parties. 4. Requested Information Interested vendors which believe they are capable of providing M36E-TI Thermal Sighting System units are requested to provide information that identifies their capability and ability to: 1) manufacture production configured AAVP7A1 RAM/RS M36E-T1 Thermal Sighting Systems that meet the requirements described in section 2 above; 2) ensure no obsolescence issues are present at time of delivery; and 3) manufacture systems fully capable of meeting the Government's installation drawing identified in Attachment 1. Attachment 1 is available to responsible vendors upon request. Please submit request for Attachment 1 to Shari Chandler, Contract Specialist, via e-mail at: shari.chandler@usmc.mil no later than 5 days from date of posting. All request must include the following information: company name; company address; company business size; Commercial Activity Government Entity (CAGE) code, and POC name, phone number, and e-mail address. Responses shall not include classified data. Note: Attachment 1 has a security classification of For Official Use Only (FOUO). Only Contractors that are certified by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS) will be eligible to download documents marked Export Controlled. This certification establishes that a company is a U.S. or Canadian contractor eligible to receive unclassified technical data that is under the control of the U.S. Department of Defense (DoD) or the Canadian Department of National Defense (DND). Responses shall not include classified data. 5. Submission Instructions and Format Interested firms are requested to submit a brief capabilities statement referencing to the Contracting Officer addressing the following: a. Name and address of applicant/company (Corporate/Principal Office); b. Name, telephone number, fax number, and e-mail address of point of contact; c. CAGE Code and DUNS Number; and d. Statement of capabilities in response to the questions below: • Defect Control: Respondents are requested to provide a description of their program to be used to minimize and mitigate high defect rates in their M36E-T1 Thermal Sighting System manufacturing process to minimize costs increases due to higher rework and scrap costs. • Subcontractor Control: Respondents are requested to provide their approach for use and engagement of subcontractors in the manufacture and assembly of the M36E-T1 Thermal Sighting System units. The response must address their organization and methodology for the following: managing subcontractors; plans for on-site evaluation of subcontractors; methods for ensuring visibility into subcontractor activities; and plans for program/production readiness reviews; and vendor audits. • Item Unique Identification (IUID): Respondents are requested to provide their plan for implementation of IUID under the policy of Defense Federal Acquisition Regulation Supplement (DFARS) 211.274-1 through 211.274-4 and the provisions of DFARS Clause 252.211-7003. • Risk: Respondents are requested to identify any risk(s) to schedule, cost and/or production associated with M36E-T1 Thermal Sighting System and provide a plan for mitigating those risks. • Manufacturing Data Requirements: Respondents are requested to identify their plan for manufacturing M36E-T1 Thermal Sighting System units considering the Government's limited rights in technical data while still meeting the operational delivery requirements identified in paragraph 1.3. • Schedule Assessment: Respondents are requested to submit an estimated delivery schedule of fully integrated, operational M36E-T1 Thermal Sighting System units meeting all performance requirements in accordance with Attachment 1. • Technical Data Rights: Respondents are requested to identify any products or processes developed with independent research and development funding that will or may be used in production certification (through testing), delivery, and sustainment of the M36E-T1 Thermal Sighting System units. • Estimated Cost: Respondents are requested to provide a Rough Order of Magnitude (ROM) to manufacture approximately 30 M36E-T1 Thermal Sighting System units, upgrade 48 M36E3 Day Sighting Systems to the M36E-T1 Thermal Sighting System configuration, and the engineering; integration and testing; logistics; maintenance training devices and updates; and program management support services, as needed for the units. 4.0 Responses Please DO NOT submit a proposal at this time. The Government is only seeking sources/information for market research to determine the availability of qualified, experienced, and interested potential sources. 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 visibly 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. Submittals will not be returned to the sender. Complete responses are requested no later than 1400 EST 15 March 2018. Responses shall be submitted electronically via e-mail to the Contracting Officer at alicia.sims@usmc.mil and the Contract Specialist at shari.chandler@usmc.mil. Submissions shall not exceed 15 pages and shall be single-spaced, 8.5 x 11 paper, 1 inch margin, and no smaller than 12 point type, and submitted in Microsoft Office compatible format or searchable (non-scanned) PDF compatible format. All responses shall also reference RFI#: M67854-18-0036.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-R-0036/listing.html)
- Record
- SN04839594-W 20180303/180301231330-a023ab760b23f59d82a1b0359b9472e3 (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 |