Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
MODIFICATION

23 -- High Mobility Artillery Rocket Systems (HIMARS) Resupply Systems (RSS) - Responses to Questions

Notice Date
3/20/2018
 
Notice Type
Modification/Amendment
 
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-0003
 
Archive Date
4/13/2018
 
Point of Contact
Cynthia L. McCommons, , Ava K. Epps, Phone: 703-432-5070
 
E-Mail Address
cynthia.mccommons@usmc.mil, ava.epps@usmc.mil
(cynthia.mccommons@usmc.mil, ava.epps@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Government Answers to Industry Questions The purpose of this amendment is to extend the response time to 29 March 2018 and provide Government answers to industry questions. High Mobility Artillery Rocket System (HIMARS) Resupply Systems (RSS) 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), United States Marine Corps (USMC) is seeking to identify interested vendors for the procurement of up to forty (40) High Mobility Artillery Rocket System (HIMARS) Resupply Systems (RSS). The RSS consists of a Resupply Vehicle (RSV) AMK37 and a Resupply Trailer (RST) MK38. Up to forty (40) additional RSSs are required in the FY21-FY23 timeframe in order to support the needs of the USMC. The HIMARS RSS is a currently fielded system. The Marine Corps determined that in lieu of procuring new RSVs, a conversion effort will be used. The conversion effort will include modifying existing Armored Medium Tactical Vehicle Replacement (MTVR) Long Wheelbase Cargo Armored vehicles and converting them into HIMARS RSVs. The Government will not provide a technical data package for the existing RSS in support of this effort. PEO LS is seeking interested sources capable of performing the following tasks; The Contractor shall convert MTVR Long Cargo Armored vehicles into a MTVR (HIMARS) (RSV) (AMK37-D1063) capable vehicle. MTVR vehicles will be provided as Government furnished material. The Contractor shall manufacture and deliver a trailer with the same capability as the current HIMARS (RST) (MK38). Quantities are up to 40 of each RSV and RST. The vendor shall have extensive background in the production of ground tactical vehicle systems to include but not limited to: Production operations Integration of Engineering Change Proposals Production Quality Management The vendor shall describe their ability and timeframe to convert the first truck and the first trailer for test. The vendor shall also describe their ability and timeframe to produce the remaining 39 trucks and 39 trailers. 1.1 Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this RFI, in support of PEO LS, to determine if more than one vendor has the capability to provide the support described in the Introduction listed above. 1.2 Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for businesses to provide the USMC with the support described above. 2.0 Requested Information: Respondents who are interested are requested to provide the information that identifies their capability to provide the support described in the Introduction listed above. 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 8 ½ x 11 in paper, no more than five (5) pages in length, using 12 point font. All responses must include the following information: (1) Name and address of applicant/company (Corporate/Principal Office) (2) Name, telephone number, fax number, and e-mail address of point of contact (3) General Service Administration (GSA) contract number (if applicable) (4) CAGE Code and DUNS Number (5) Business Size (under NAICS 33621 ) (6) White paper providing capabilities and relevant past performance. Please be advised that any proprietary information must be marked as such on a page-by-page and paragraph by paragraph basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on this 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. Please do not submit proposals at this time. The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. It is the contractor's responsibility to check Federal Business Opportunities to get additional data. Responses shall be submitted via e-mail to cynthia.mccommons@usmc.mil, no later than 1400 Eastern Time on 29 March 2018. Telephone replies will not be accepted. 3.1 Questions Questions or comments regarding this notice may be addressed to Duane Coats, duane.coats1@usmc.mil by email only. No questions will be accepted after 9 March, 2018, at 1300 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 question 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/M67854-18-R-0003/listing.html)
 
Place of Performance
Address: Contractors facility (TBD), United States
 
Record
SN04860714-W 20180322/180320231329-30ea238672ac2c29406bc9386e5b2c24 (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.