SOURCES SOUGHT
R -- Engineering, Maintenance, and Test Support (EMTS) Services in support of Program Manager Advanced Amphibious Assault (PM AAA)
- Notice Date
- 6/28/2024 7:51:45 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-24-I-0133
- Response Due
- 7/15/2024 7:00:00 AM
- Archive Date
- 07/16/2024
- Point of Contact
- Shanna Laging, Phone: 7037846655, Bruce E. Gunther, Phone: 7037846580
- E-Mail Address
-
shanna.laging@usmc.mil, bruce.gunther@usmc.mil
(shanna.laging@usmc.mil, bruce.gunther@usmc.mil)
- Description
- NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS.� THIS IS A SOURCE SOUGHT NOTICE ONLY.� This sources sought notice 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 as a result of 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 Manager Advanced Amphibious Assault (PM AAA) is seeking to identify interested vendors capable of providing engineering, maintenance, and test support for the Assault Amphibious Vehicle (AAV) Family of Vehicles (FoV) and the Amphibious Combat Vehicle (ACV) FoV.� This support will include: Project Management Engineering Prototypes Designs Maintenance Field Service Representative Vehicle Operation Government Property Accountability Logistics Test and Evaluation Vehicle Demonstrations� These vehicles, assigned to PM AAA, are used for test and evaluation purposes to support modifications, obsolescence, and fact-of-life changes. Tasks for the above support requirements shall consist of, but are not limited to the below efforts supporting the AAV FoV and ACV FoV: Program Management oversight with authority to manage, direct, coordinate and host meetings, report, execute and control all cost, schedule, and performance activities related to the task order. Maintenance supervision, with oversight for all maintenance, on or off-site, vehicles organically assigned to PM AAA, and various tasks to maintain the vehicle fleets in operational condition. Field Service Representative support with technical expertise consisting of, but are not limited to, prevention and corrective maintenance, vehicle systems operation and repair, vehicle inspection, repair, and installation of Engineering Change Proposals (ECP) kits, and Marine Corps Maintenance Procedures. Maintenance Mechanic support with expertise consisting of, but not limited to, performing preventive and corrective maintenance, vehicle systems operation and repair, vehicle inspections, repair, and installation of ECP kits, and Marine Corps Maintenance Procedures using approved Technical Manuals. Vehicle Operator support requiring a licensed driver/operator with the full operational nonrestrictive license, or the ability to secure the license, have expertise in both administrative and tactical operation of each FoV, and expertise in operator level preventive and corrective maintenance. Government Property support with expertise in the supply replenishment and Government Property accountability, will include support for shipping and transportation of assigned vehicles to locations in support of test or other analysis and returned to facility.� Efforts will include the requirement to utilize the Defense Logistics Agency Disposition Services for material found to be beyond repair. Technical Engineering support for tasks such as design, develop and test of the AAV�s and ACV�s, perform fabrication of conceptual designs developed by engineering sources and provide feedback, fabricate minor brackets, mounts, and fasteners. Test and Evaluation support for failure analysis, functional, and human integration testing; and Logistics support for managing Government Furnished Property and supply transactions, maintenance and supply management, shipping and transport, and the procurement of repair parts and consumables. For the duration of the task order, vendors and their support facility for this effort shall be within 50 miles of Marine Corps Base Quantico, VA; capable of safely performing maintenance activities for no less than four combat vehicles simultaneously under all weather conditions; able to perform and support limited land and water test events; able to provide secure indoor storage for parts, materials and components; able to provide secure storage for a maximum of 50 combat systems at any given time; able to perform maintenance services to maintain assigned vehicle assets.� Sources may be required to procure repair parts and consumables and maintain the capability to store all supporting elements of the assigned vehicle fleet, to include climate controlled, weatherized storage capabilities.� This task shall include, but are not limited to: Conducting preventive and corrective maintenance. Store, repair and/or procure Petroleum, Oil and Lubricants. Hazardous Materials storage and disposal capabilities; and Secure and store Government Furnished Property associated with the AAV and ACV. Perform limited land and water test events. Plan, coordinate, and execute the transportation of vehicles and assigned Government property between various locations within the continental U.S. Purpose: This RFI constitutes market research in accordance with FAR Part 10 and does not constitute an RFP.� The Marine Corps Systems Command is issuing this RFI, in support of Program Executive Officer Land Systems (PEO LS), to determine if more than one vendor has the capability to provide the support described in the introduction listed above. The anticipated Period of Performance will consist of one 12-month, base year and four, 12-month, option periods beginning on 1 April 2025. All options may or may not be exercised. Objective: Data submitted in response to this announcement will be used to assess the marketplace environment for business to provide the United States Marine Corps with the support described above. 2.0 Requested Information: Respondents who are interested are required to provide the information that identifies the company�s capability in meeting the requirements to provide the support described in the introduction listed above, now or by the anticipated start of the period of performance. �� 3.0 Questions Questions regarding this announcement may be addressed to Mr. Bruce Gunther, Contract Specialist at Bruce.Gunther@usmc.mil and Mrs. Shanna Laging, Contracting Officer at Shanna.Laging@usmc.mil, via email.� The Government requests all questions be emailed to the Contract Specialist with a copy to the Contracting Officer no later than 2:00PM (EDT), on 05 July 2024. �Telephonic inquires or replies will not be entertained.� The subject line of the email shall read as follows: �Sources Sought Notice M67854-24-I-0133 PM AAA EMTS Questions� 4.0 Response: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this sources sought notice via submission of an executive summary of no more than 5 pages in length, single-spaced, on 8 � x 11 paper, 1 inch margins, and using 12-point font describing product summary, complete technical support capabilities and spare parts support capability, and location and distance from Marine Corps Base, Quantico.� All responses must include the following information: Company name, address, email, telephone number, point(s) of contact. Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Size of business pursuant to North American Industry Classification System (NAICS) code 541330. List of contracting vehicles (if available); and White paper providing capabilities and relevant past performance. Responses to this notice shall be submitted via email to Mr. Bruce Gunther, Contract Specialist at Bruce.Gunther@usmc.mil and Mrs. Shanna Laging, Contracting Officer at Shanna.Laging@usmc.mil. Responses should be received no later than 10:00AM (EDT), on 15 July 2024. If you do not receive a confirmation of receipt, please follow-up by separate email to confirm that the information submitted was successfully received. The subject line of the email shall read as follows: �Source Sought Notice M67854-24-I-0133 PM AAA EMTS Response� 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 each page containing proprietary information.� Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this announcement is proprietary. 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. This sources sought notice does NOT constitute an RFP nor a promise to issue an RFP in the future.� This sources sought notice does not commit the Government to contract for any supply or service.� Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals.� Respondents are advised the Government will not pay for any information or administrative costs incurred in response to this source sought notice.� The information provided in the sources sought notice is subject to change and is not binding on the Government.� The Government has not made a commitment to procure any of the items discussed and the release of this sources sought notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/29940daa8e614d1398aa619f74027d2c/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN07112740-F 20240630/240628230126 (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 |