SOURCES SOUGHT
99 -- Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project
- Notice Date
- 9/12/2024 5:30:57 AM
- Notice Type
- Sources Sought
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- JLTVCI_Successor_Project
- Response Due
- 10/15/2024 9:00:00 AM
- Archive Date
- 10/30/2024
- Point of Contact
- Bret Griffin, Phone: 6146921148, Robert Harris, Phone: 614-692-5912
- E-Mail Address
-
bret.griffin@dla.mil, Robert.Harris@dla.mil
(bret.griffin@dla.mil, Robert.Harris@dla.mil)
- Description
- ADDED September 12, 2024 -�The current drawing information for the JLTVCI Program is found on cFolders (https://pcf1x.bsm.dla.mil/cfolders/) located on the�DLA Internet Bid Board System (DIBBS) under the solicitation number SPE7LX-21-R-0071.� The current drawing information is the best information available at this time.� This information is subject to change and may be updated prior to solicitation.� The drawing information is for Market Research purposes only and is not a purchase guarantee of any kind. Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor The Government is currently attempting to identify offerors interested in participating in the JLTVCI Successor Program. The requirements listed in the sections of this announcement titled �OFFEROR MINIMUM REQUIREMENTS:�, �UTILIZATION OF SMALL BUSINESS CONCERNS:�, and �PROGRAM PERFORMANCE METRICS:� reflect the JLTVCI Program�s current offeror/participant requirements. �In addition to attempting to identify offerors interested in participating in the Program�s Successor project, the Government is attempting to gather information regarding the Program�s current requirements and interested offerors� ability to meet the Program�s requirements.� This information will be used to determine whether or not adjustments will be made to the JLTVCI Successor Program�s offeror/participant requirements.� These Program requirements are addressed in the attached Market Research Questionnaire. Please note, the Government is considering transitioning the majority of the Successor Program support to the Rapid Ordering Catalog (ROC) and reducing the number of individual Fair Opportunity Procurements made by Competing Individual Purchase Orders.� Individual Purchase Order competitions and the Rapid Ordering Catalog are described in Section 2.3.2.1 of the current Statement of Work (SOW).� The current SOW is attached to this announcement.� The Government is also considering transitioning the ROC to a Requirements type (FAR 16.503) action.� Please review this announcement, all announcement attachments and the attached Market Research Questionnaire titled �JLTVCI-Successor-MKT RSRCH Form�.� Please provide your company�s Market Research Questionnaire response to Bret Griffin at Bret.Griffin@dla.mil and Robert Harris at Robert.Harris@dla.mil. PLEASE NOTE, any information posted in the Sources Sought including any JLTVCI Program Data, NSN Data, Approved Source Data, NSN Listings or Quantity Estimates are the best information known at this time.� This information is subject to change and may be updated prior to solicitation.� This information is an estimate and is not a purchase guarantee of any kind.� The Government is not responsible for any action taken based on the information provided in this Sources Sought. CURRENT PROGRAM OVERVIEW: The current Joint Light Tactical Vehicle (JLTV) Competitive Initiative contracts are five year Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contracts (MAC) supporting a broad range of JLTVs.� The contracts are structured with a three-year base period and two (2) one-year option periods.� Current Program Participants and Basic Contracts Awarded: SPE7LX-22-D-0076 (D0076) � Oshkosh � CAGE 75Q65 SPE7LX-22-D-0077 (D0077) � Triman Industries (Triman) � CAGE 0ZBE8 SPE7LX-22-D-0078 (D0078) � Aero-Tel (Aero) � CAGE 1KJF2 SPE7LX-24-D-0020 (D0020) � AM General (AMG) � CAGE 34623 SPE7LX-24-D-0021 (D0021) � Ruta Supplies (Ruta) � CAGE 0NJT4 SPE7LX-24-D-0022 (D0022) � SupplyCore (SC) � CAGE 4V314 The current JLTVCI Program�s SOW is attached to this announcement. NSN LISTING: The current JLTVCI Program (Program) NSN Count is 7210 NSNs. The current JLTVCI Program NSNs are listed in the Excel Attachment titled �JLTVCI Program-Current NSN Listing� on the tab titled �JLTVCI NSN Listing�. Please note per the Program�s terms and conditions, items are continuously being cleared technically, and having NSN numbers assigned to them, so the current JLTVCI NSN listing found in the attachment titled �JLTVCI Program-Current NSN Listing� is not the entire list that may be part of this procurement but are the NSNs that are known at this time. An updated Program NSN listing of all known Program NSNs may be part of the solicitation when it is issued. It is likely, offerors will not be required to provide pricing for all Program NSNs with their initial offers, pricing will only be provided for NSNs included as part of the Price Evaluation List (PEL).� The NSNs that will be part of the PEL will be determined at the time of the solicitation.� An estimated PEL Listing is found in the attachment titled �JLTVCI Program-Current NSN Listing� on the tab titled �Estimated PEL Listing�.� This listing is provided for use in this Sources Sought to allow interested parties an opportunity to gauge the solicitation requirements. Additionally, the current Federal Logistics Information System (FLIS) source data for the PEL NSNs is found in the attachment titled �JLTVCI Program-Current NSN Listing� on the tab titled �Potential PEL Source Listing�.� NSNs that are part of the Program but not included as part of the PEL may be ordered during the period of performance via the JLTVCI�s Fair Opportunity procurement process outlined in section 2 of the Program�s SOW.� The Program�s current SOW is Attached to this announcement. �� OFFEROR MINIMUM REQUIREMENTS: 1. All offerors must be compliant with the higher-level quality standard ANSI/ISO/ASQ(E) Q9001 American National Standard, Quality management systems. The following is required at the solicitation closure, cannot be cured in discussions and will result in immediate removal from consideration for award: 1. An offer for at least 40% of the PEL NSNs. 1a. Once again, as noted above, the PEL NSN Listing is not the entire listing of NSNs potentially supported by the Program.� An estimated PEL listing is attached to this Notice in the Attachment titled �JLTVCI Program-Current NSN Listing� on the tab titled �Estimated PEL Listing�. 2. System for Award Management (SAM) registration. 3. Export Control/Joint Certification Program (JCP) registration along with Enhanced Validation (also known as E-JCP). 4. Access to cFolders to obtain the solicitation�s Technical Data Packages (TDP). UTILIZATION OF SMALL BUSINESS CONCERNS: All Large Businesses shall provide a Small Business Participation Commitment Document (SBPCD) that maintains a minimum of sixty percent (62%) of its total awarded order dollar value for each contract year to small business.� A Small Business offeror may meet the requirement using work performed itself.� � PROGRAM PERFORMANCE METRICS: Quote Rate Metric (Section 3.1.1 of the SOW) - Contractors must submit offers on fifty percent (50%) of the Program�s Fair Opportunity Actions.� On-Time Delivery (Section 3.1.2 of the SOW) - The contractor must maintain a minimum ninety-five percent (95%) on-time delivery rate per NSN (delivery orders delivered on-time versus total delivery orders delivered).� SCOPE OF THE CONTRACT: The scope of the JLTVCI Program includes any fully competitive and/or limited source(s) DoD or DLA managed product, used by the DoD or the Federal Government to produce, repair or replace any item, or system, used on these JLTV vehicles.� The Weapon System Designator Codes (WSDCs) within the scope of this contract include, but are not limited to: Army J8A, and the following Marine WSDCs: O0M United States Marine Corps (USMC) General Purpose Truck, O1M USMC Heavy Guns Carrier, O2M USMC Close Combat Weapons Carrier, and O3M USMC Truck Utility.� NSNs within the scope may be added to this initiative or any resulting contract at a later date.� The solicitation will include DLAD Procurement Note L27 � Addition and Deletion of Items to facilitate the addition of any future NSNs.� The Federal Supply Classes (FSC) covering these items include, but are not limited to: 2010 Ship and Boat Propulsion Components 2510 Vehicular Cab, Body, and Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, and Track Components 2540 Vehicular Furniture and Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines and Components 2910 Engine Fuel System Components, Non-Aircraft 2920 Engine Electrical System Components, Non-Aircraft 2930 Engine Cooling System Components, Non-Aircraft 2940 Engine Air and Oil Filters, Strainers, and Cleaners, Non-Aircraft 2990 Miscellaneous Engine Accessories, Non-Aircraft 3020 Gears, Pulleys, Sprockets, and Transmission Chain 3030 Belting, Drive Belts, Fan Belts, and Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, and Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain and Wire Rope 4130 Refrigeration and Air Conditioning Components 4210 Firefighting Equipment 4320 Power and Hand Pumps 4330 Centrifugals, Separators, and Pressure and Vacuum Filters 4710 Pipe, Tube and Rigid Tubing 4720 Hose and Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, and Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment 5315 Nails, Machine Keys, and Pins 5325 Fastening Devices 5330 Packing and Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs and Pointers 5365 Bushings, Rings, Shims, and Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators and Insulating Materials 5985 Antennas, Waveguides, and Related Equipment 5995 Cable, Cord, and Wire Assemblies: Communication Equipment 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware 5999 Miscellaneous Electrical and Electronic Components 6150 Miscellaneous Electric Power and Distribution Equipment 6220 Electric Vehicular Lights and Fixtures 6350 Miscellaneous Alarm, Signal, and Security Detection Systems 6620 Engine Instruments 6625 Electrical and Electronic Properties Measuring and Testing Instruments 6650 Optical Instruments, Test Equipment, Components and Accessories 6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, and Humidity Measuring and Controlling Instruments 6695 Combination and Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping and Storage Containers MARKET RESEARCH DOCUMENTS: The most current SOW is attached to this announcement in the Acrobat document titled �JLTVCI Program-Current SOW�. Once again, the current JLTVCI NSN listing is found in the attachment titled �JLTVCI Program-Current NSN Listing�. Additionally, the attachment titled �JLTVCI Program-Current NSN Listing� contains an Estimated PEL Listing on the tab titled �Estimated PEL Listing�.� The attachment titled �JLTVCI Program-Current NSN Listing� also contains the current FLIS source data for the PEL NSNs on the tab titled �Potential PEL Source Listing�.� Once again please note, the information in the Attachment titled �JLTVCI Program-Current NSN Listing� is the information available at this time, is an estimate and is not a purchase guarantee of any kind.� Any action taken as a result of the information provided in the Attachment titled �JLTVCI Program-Current NSN Listing� is at the risk of the Contractor/Potential Offeror/Interested Party. A Market Research Questionnaire titled �JLTVCI-Successor-MKT RSRCH Form� is also attached to this announcement, please return the Market Research Questionnaire with your response to this Sources Sought. A listing of the Program�s current item descriptions titled �JLTVCI Program-Item Descriptions� is also attached to this announcement. Please note, the information in the Attachment titled �JLTVCI Program-Item Descriptions� is the information available at this time, may change prior to solicitation and does not constitute a guarantee of any kind. A listing of the current Technical and Quality requirements noted in the attachment titled �JLTVCI Program-Item Descriptions� is also attached to this announcement.� The title of the attachment is �JLTVCI Program-DLA List Of TQ Requirements�. � CONTACT INFORMATION: Offerors interested in participating in the JLTVCI Program�s Successor Contract please review this announcement, all announcement attachments and the attached Market Research Questionnaire titled �JLTVCI-Successor-MKT RSRCH Form�.� Please provide your company�s market research response to Bret Griffin at Bret.Griffin@dla.mil and Robert Harris at Robert.Harris@dla.mil. Please direct all information to the email addresses below: Bret.Griffin@dla.mil Robert.Harris@dla.mil. LIST OF ATTACHMENTS: Market Research Questionnaire � titled �JLTVCI-Successor-MKT RSRCH Form� NSN Listing � titled �JLTVCI Program-Current NSN Listing� Current SOW � titled �JLTVCI Program-Current SOW� Item Descriptions � titled �JLTVCI Program-Item Descriptions� Technical and Quality Requirements � titled �JLTVCI Program-DLA List Of TQ Requirements��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e4319737aa6b42f5ba82be90132fa5c9/view)
- Record
- SN07209926-F 20240914/240912230129 (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 |