SOURCES SOUGHT
61 -- Sources Sought Notice: Enhanced Power Distribution Unit Version Two (2) Retrofit Kit
- Notice Date
- 10/23/2024 1:18:18 PM
- Notice Type
- Sources Sought
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- W6QK ACC- DTA WARREN MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W912CH-25-R-0001
- Response Due
- 11/6/2024 1:30:00 PM
- Archive Date
- 11/21/2024
- Point of Contact
- TAYLOR FERGUSON, Phone: 15715888840, PEO GCS Mailbox
- E-Mail Address
-
Taylor.d.ferguson10.civ@army.mil, usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil
(Taylor.d.ferguson10.civ@army.mil, usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil)
- Description
- POTENTIAL REQUIREMENT Nomenclature: Enhanced Power Distribution Unit Version Two (2) Retrofit Kit (EPDU-2 Retrofit Kit) Part Number: 57K00966 Description/Capability: The EPDU-2 Retrofit Kit is a kit that includes a power distribution Line Replaceable Unit (LRU) capable of distributing up to 1200A steady state, integrated into the Stryker Double-V-Hull A1 (DVHA1) FoV.�The EPDU-2 within the Retrofit kit contains a controller that is capable of Controller Area Network (CAN) (SAE J1939 compliant) communication, storing several vehicle variant configurations files, and housing any applicable power management and battery management algorithms. *** QUESTIONNAIRE Respondents that cannot answer all the questions in this RFI need not respond.� Incomplete responses will not be reviewed. It is a requirement of this RFI that potential responders be a United States (US) company and possess the means to properly store and work on information and hardware classified at the SECRET/No Foreign Nationals (NOFORN) level. Respondents must mark proprietary information in accordance with the Disclaimer (Section 6) portion of this notice.��� Data submitted in response to this will not be returned. This is NOT a request to seek contractor interest in being placed on a solicitation mailing list. Respondents shall not be notified of the results of the RFI or results of information submitted. Telephone or email inquiries will not be honored.� Please provide a response to the following questions: Provide a brief overview of your company and relevant experience, including contract numbers, in providing kits and/or upgrading for Ground Combat Armored Vehicles. Please describe your company�s experience in developing and/or manufacturing Power Distribution Unit Kits or similar assets for Ground Combat Armored Vehicles. What is your projected monthly production rate? What is your lead time to deliver the EPDU-2 Retrofit Kits? Describe your facilities, tools and equipment that you use to produce the EPDU-2 Retrofit Kit or similar assets. If your existing production/upgrade lines will not be used for this effort, please specify where and in what facility (new construction, sub-contractor facility, etc.) they would be made. Include descriptions of the facilities, tools and equipment that will be used. Please include timelines and milestones. Explain your company�s in-house quality control measures implemented during the manufacturing process. Is your Organization/Facility ISO certified as it relates to quality management systems? If yes, what ISO #?� If not, what quality plan do you operate under? Please explain how it is utilized in relation to the vehicles in question #2. Are your testing facilities accredited or certified by relevant industry standards? Please provide detailed information. Describe your experience working with Defense Contract Management Agency (DCMA). Provide program names and contract numbers relating to this experience. Include the functions DCMA participated in (contract management, quality assurance, test, acceptance, etc.). Describe your experience in handling/storing/accounting for encryption data devices/hardware. Describe your company�s component obsolescence plan/capability. Describe your company�s capability to track components and/or hardware kits in inventory. Describe your company�s ability to conduct root cause analysis to determine failure modes and fault isolation when required. RESPONSES: Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2013 or earlier or Adobe Acrobat. Font size no smaller than 12. Responses must include the question number associated with the applicable answer. Spell out acronyms in their first instance. Contractors must mark Proprietary information in accordance with the Disclaimer section of this notice. The RFI response shall NOT exceed 50 pages. Submittal will be in text format only. Do not send pictures, graphics, etc. All interested firms, regardless of size, are encouraged to respond to this request for information. It is not necessary to respond to this market survey in order to be eligible for future contract awards. Responses shall be furnished to the Government by 6 November 2024 at 16:30 Eastern Standard Time (EST). Please submit electronic responses via email to Taylor Ferguson at Taylor.D.Ferguson10.civ@army.mil and the Retrofit Team Mailbox at usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil Responses must include: Cage Code Company Name Mailing Address Company Website Location of Facilities Point of Contact Phone Number Fax Number Email Company business size and active System for Acquisition Management (SAM) information DISCLAIMER: This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Stryker FoV. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.fbo.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations. Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. Mark only data that is truly confidential. Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey. �Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: �PROPRIETARY PORTION BEGINS� and �PROPRIETARY PORTION ENDS.� Disclaimer. The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the Government need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fc7c1949005f49df927245ffacc13149/view)
- Place of Performance
- Address: Warren, MI, USA
- Country: USA
- Country: USA
- Record
- SN07247676-F 20241025/241023230107 (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 |