SOURCES SOUGHT
23 -- Life Cycle Replacement Vehicles (LCRV)
- Notice Date
- 11/8/2022 1:10:10 PM
- Notice Type
- Sources Sought
- NAICS
- 336110
—
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- 23_R_0XXXLCRV
- Response Due
- 11/22/2022 2:30:00 PM
- Point of Contact
- Ann Burks, Lovelyn Pascal
- E-Mail Address
-
ann.m.burks.civ@socom.mil, lovelyne.pascal.civ@socom.mil
(ann.m.burks.civ@socom.mil, lovelyne.pascal.civ@socom.mil)
- Description
- BACKGROUND United States Special Operations Command (USSOCOM) is seeking to award a 7-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm fixed price (FFP), Cost Plus Fixed Fee (CPFF) and Cost CLINs for NSCV, now Life Cycle Replacement Vehicles (LCRV) to Battelle Memorial Institute (BMI). The contract requirement value not to exceed (NTE) $288M. REQUIREMENTS This requirement is to support the Production and Deployment of the LCRV.� LCRV�s include but are not limited to dual cab pickups, sport utility vehicles, and vehicle models may consist of, but not limited to, Toyota Hilux, and Toyota Land Cruiser (76/78/79/300 series) .Vehicles will be the latest model vehicles typically found in central Asia; armored against ballistic threats; 4x4 wheel drive with heavy duty brakes and suspension to accommodate increased curb weight; full skid plates and running boards; diesel and gas engines; left hand drive; right hand drive; upgraded manual and manual to automatic transmission conversions; communications and electronic countermeasures system integration; field service support, delivery of all modified vehicle types is estimated to be within 180 days after award or issuance of a delivery order for the initial order followed on by 16 completed vehicles every 30 days thereafter until completion. The Government desired production rate is at least 16 completed vehicles per month but is open to a higher production rate. Further detailed information on ballistic threats is not available at this time.� The contractor shall have the capability to import/export all vehicles.� The contractor shall have and maintain an active Facility Clearance (FCL) at the secret classification level with storage capabilities to review/store pertinent classified annexes/documents. The contractor shall have the personnel cleared at the Secret classification level, at a minimum. This RFI/Sources Sought Notice is for acquisition planning purposes only. This is not solicitation for quotes/proposals. This is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI/Sources Sought. USSOCOM will NOT be responsible for any costs incurred by interested parties in responding to this posting. �If you want to submit a response pertaining to this RFI/Sources Sought Notice, please send an email to the Contracting Officer (CO), Ann Burks at ann.m.burks.civ@socom.mil and copy the Contract Specialist (CS), Lovelyne Pascal at lovelyne.pascal.civ@socom.mil no later than 22 November 2022.� If you have any questions, comments or concerns, please direct all inquiries to either the CO or CS. �We will ensure responses are provided to all submissions and/or inquiries within a reasonable amount of time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be24f9d5858f43809640ff0eb2592130/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06513154-F 20221110/221108230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |