Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2018 FBO #5994
SOLICITATION NOTICE

23 -- Procure Spare Parts, Engineering, Programmatic, Technical and Logistical Support for the Logistics Vehicle System Replacment (LVSR) Family of Vehicles (FoV)

Notice Date
4/20/2018
 
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
M67854-18-R-0048
 
Archive Date
5/22/2018
 
Point of Contact
Brenda D Edwards, Phone: 7034324418, Mohamed Elmi, Phone: 7034323233
 
E-Mail Address
brenda.edwards@usmc.mil, mohamed.elmi@usmc.mil
(brenda.edwards@usmc.mil, mohamed.elmi@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. Program Executive Officer, Land Systems Marine Corps, (PEO LS) Medium and Heavy Tactical Vehicles (MHTV) intends to enter into sole source negotiations and subsequently award an Indefinite Delivery Indefinite Quantity (IDIQ) contract to Oshkosh Defense LLC, 2307 Oregon Street, Oshkosh, WI 54902-7062 (CAGE 75Q65). This effort is estimated for award in the third quarter of Fiscal Year 2018 with an approximate period of performance of a 12-month base period with four 12-month option years. The anticipated IDIQ contract is to procure spare parts, engineering, programmatic, technical and logistical support for the Logistics Vehicle System Replacement (LVSR) Family of Vehicles (FoV). These services to be performed by Oshkosh are identified as follows: • Not to exceed 10,000 engineering/modeling and simulation hours over five (5) years to support live fire and performance testing required by the Government as a result of any agreed upon changes to the LVSR cab structure. • Up to four (4) technicians per year over five (5) years to remove and re-install the cab and its components during pre and post warranty restoration efforts. • Repair of vehicle damage, not covered by warranty, that would prevent reconditioning of the cab or affect safe operation of the vehicle. • Support the installation of approved engineering changes that would be beneficial to the Government while the vehicle is out-of-service, such as new, improved door locks, emergency egress windows, etc. The Government has determined that Oshkosh is the only commercial company capable of performing these support services because the Government is currently unable to provide the technical data necessary to support competition of the live fire test events, performance and durability testing, and access to Oshkosh's engineering/model and required simulation support. Therefore, PEO-LS cannot provide the technical data in order to foster a competitive procurement. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A) "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". Unless stated herein, no additional information is available. Requests for additional information will be disregarded. Responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement. The capability statement must be received by PEO-LS within seven calendar days after the date of the publication of this synopsis. The U.S. Government (USG) will consider all information received by the response date. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government. All submissions become USG property and will not be returned. Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this notice of intent. The North American Industry Classification System code is 336992, Military Armored Vehicle, Tank and Tank Component Manufacturing. GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the services discussed. This notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All responses to this notice shall be submitted to Ms. Brenda Edwards at brenda.edwards@usmc.mil and Mr. Mohamed Elmi at mohamed.elmi@usmc.mil. Please reference the announcement number on all correspondence. Telephone calls will not be honored. Contracting Office Address: Commander, Marine Corps Systems Command 2200 Lester Street Quantico, VA 22134 Primary Point of Contact: Brenda Edwards, Contract Specialist, brenda.edwards@usmc.mil Secondary Point of Contact: Mohamed Elmi, Contracting Officer, mohamed.elmi@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-R-0048/listing.html)
 
Place of Performance
Address: Oshkosh Defense, LLC, 2307 Oregon Street, Oshkosh, Wisconsin, 54902-7062, United States
Zip Code: 54902-7062
 
Record
SN04896351-W 20180422/180420230634-2f8bf11e7477dd14b3ca3a4b0b2ac2b2 (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.