Joint Light Tactical Vehicle (JLTV) – Pre-Solicitation Synopsis

expired opportunity(Expired)
From: Federal Government(Federal)
W56HZV15C0095P00307

Basic Details

started - 15 Oct, 2020 (about 3 years ago)

Start Date

15 Oct, 2020 (about 3 years ago)
due - 30 Oct, 2020 (about 3 years ago)

Due Date

30 Oct, 2020 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W56HZV15C0095P00307

Identifier

W56HZV15C0095P00307
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709065)DEPT OF THE ARMY (133116)AMC (72617)ACC (74992)ACC-CTRS (32894)ACC WRN (8537)W4GG HQ US ARMY TACOM (5801)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Joint Light Tactical Vehicle (JLTV) – Pre-Solicitation Synopsis:(1) Action Code: Pre-Solicitation Notice           (2) Date: 15 October 2020           (3) Year: 2020           (4) Contracting Office ZIP Code: 48045-4940           (5) Product or Service Code: 2355/2590           (6) Contracting Office Address:      6501 East 11 Mile RoadDetroit Arsenal, MI 48397-5000           (7) Joint Light Tactical Vehicle (JLTV)           (8) Proposed Solicitation Number: RFP Number 0095-P00307           (9) Closing Response Date: 30 October 2020           (10) Contact Point or Contracting Officer:Karl Boedecker (Contract Specialist) karl.j.boedecker.civ@mail; andChristopher Valevich (Contracting Officer) christopher.a.valevich.civ@mail.mil           (11) Solicitation Numbers:   Letter RFP Number 0095-P00307; andLetter RFP Number 0095-P00452           (12) Contract Award Dollar Amount: N/A            (13) Line Item Number: The
Line Item Number will be consistent with the numbering within the existing contract as detailed below:First CLIN digit represents the ordering period.   0 = Base Award, 1 = Option Period One, 2 = Option Period Two, through Option Period 8.  The only exception is “9” which represents data requirement CLINs that are not separately priced.Second CLIN digit represents a First Article Test CLIN or the service (Army or United States Marine Corps (USMC) the CLIN is supporting.  0 = First Article Test CLINs, 1 = Army CLINs and 2 = USMC CLINs.Third and Forth CLIN digit represents the Major Scope Elements.           (14) Contract Award Date: N/A            (15) Contractor: Oshkosh Defense, LLC(16) Description: See below(17) Place of Contract Performance: N/A           (18) Set-aside Status: Not a Set-Aside. Pursuant to FAR 5.201, this announcement is a synopsis of Army Contracting Command-Detroit Arsenal's (ACC-DTA's) intent to award a sole source contract or contract modification(s) pursuant to FAR 6.302-1 to Oshkosh Defense LLC, of Oshkosh Wisconsin. ACC-DTA intends to execute the increase of available options under two contract actions. The first action will increase available options to meet FY21 requirements and the second action will increase available options to meet FY22, FY23 and FY24 requirements. The quantities in support of each action are as follows:Action 1: Vehicles: 1,269; Packaged and Installed Kits: 14,630 and Total Packaged Fielding hours: 136,653Action 2: Vehicles: 4,993; Packaged and Installed Kits: 54,151 and Total Packaged Fielding hours: 544,152As authorized by FAR 6.302-1, procurement by other than full and open competition is necessary because the JLTV design is the only design currently available that meets the performance requirements as defined in section 5 of the JLTV FoV Capability Production Document (CPD).  The CPD, approved 21 Nov 2014, contains JLTV’s Key Performance Parameters (KPP), Key Systems Attributes (KSA), and Additional Performance Attributes.   There are no commercial alternatives available in the marketplace.An award to another source for these contract actions, other than Oshkosh for the JLTV FoV, would result in an unacceptable delay.  Based on aligning the JLTV FoV competitive follow-on schedule and TDP availability with market survey responses, the competitive follow-on contract award is projected for Q4FY22.  The vehicle option ceiling on the current contract will be reached in Q1FY21, approximately 21 months prior to the follow-on contract award.  These sole source actions are required to be done on an) Other Than Full and Open Competition basis to prevent a fielding gap from FY23 through FY25 and allow JLTV capability to continue to support requirements.  Specifically, the Army, USMC, Navy, and USAF have requirements for JLTV FoV production deliveries from FY23 through FY25.  The current contractual limit of 16,901 does not meet the Headquarters, Department of the Army (HQDA) informed fielding strategy beyond FY22.A class J&A is required to prevent a fielding gap and allow JLTV capability to continue to support mission readiness and increase survivability of the warfighter.  It is critical to meet the intent of the Army’s Modernization Strategy to have continuous and consistent fielding’s to deployable units.  A class J&A will enable the DoD to meet its intended fielding goals while developing a full and open competition for the next ten years of production.Only Oshkosh has the ability to meet the Government’s monthly production requirement within the required timeline to address the fielding gap.  Market survey responses indicate five of the eight respondents are capable of competing and manufacturing the JLTV at the required monthly production requirement, but cannot develop a competitive proposal or begin deliveries quick enough to support current fielding requirements.Interested parties can go to Beta.SAM.gov and search for W56HZV-20-R-0072 for future updates on the JLTV FoV Follow-On competition. The historical milestones and dates, as well as, projected future key milestones and dates to support the JLTV-FoV Follow-On Competition are provided below for reference:            Historical Dates and Milestones:24 February 2020 – 25 February 2020: Held JLTV Industry Day Events at Selfridge Air National Guard Base which included a Static Display Event and one on one sessions with Industry partners. 03 April 2020: Initial DRAFT RFP Released to Beta.SAM: Includes DRAFT Sections C, E & H, as well as, Attachments 0059, 0063 and 0064 19 May 2020: As described at the JLTV Industry Day held on 24 February 2020, the JLTV A2 design would have a different engine than the A1 design. The 19 May posting to Beta.SAM informed Industry the JLTV A2 design will include the Banks Technology D866T (MY 2023 GM Duramax) engine and provided a projected schedule for planning purposes.8 June 2020: Released the DRAFT Purchase Description and made a copy of the JLTV-FoV TDP and Computer Software Package available.21 September 2020: posted an announcement to allow Industry partners to request one on one sessions with the Government to answer questions regarding the JLTV-FoV TDP and Computer Software Package.Projected Future Dates and Milestones:November 2020: Kit and Trailer Static Display December 2020: Release DRAFT Section L&M Criteria December 2020: Conduct an Industry Day specific to DRAFT L&M Criteria February 2021: Conduct Industry One-One Sessions specific to DRAFT L&M Criteria March 2021: Release Draft RFP #2, anticipated to include updated Statement of Work, CDRLs and Update A1 TDP April 2021: Conduct an Industry Day specific to the DRAFT RFP #2 July 2021: Release A2 Engine TDP September 2021: Release Draft RFP #3 October 2021: Conduct Industry Day specific to DRAFT RFP #3 January 2020: Release Final RFP March 2022: Proposal Closing Date September 2022: Contract AwardThe NAICS code for this acquisition is 336212. The inspection/acceptance and FOB points are Origin.Although it is the Government's intent to solicit and negotiate with only one source as authorized by FAR 6.302-1, Oshkosh Defense LLC (Cage Code 75Q65), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.This is a pre-solicitation notice, otherwise known as a synopsis. The solicitation (Letter RFP) pertaining to this notice will not be available for a minimum of 15 days from the date of this notice. Contractors should not call the buyer or procuring contracting officer seeking a copy of the solicitation (or other data) as none will be available until the solicitation is issued. No hard copies of the solicitation will be issued.           (19) National Stock Number (NSN):General Purpose Vehicle (M1280A1): 2320-01-653-6557Utility Vehicle (M1279A1): 2320-01-653-6516Close Combat Weapons Carrier (M1281A1): 2320-01-653-6534Heavy Guns Carrier Vehicle (M1278A1): 2320-01-653-6495           (20) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see FAR subpart  9.2): Performance requirements are contained within the JLTV Purchase Description.           (21) Size, dimensions, or other form, fit or functional description: Joint Light Tactical Vehicle           (22) Predominant material of manufacture: Steel and aluminum.           (23) Quantity, including any options for additional quantities:Action 1: Vehicles: 1,269; Packaged and Installed Kits: 14,630 and Total Packaged Fielding hours: 136,653Action 2: Vehicles: 4,993; Packaged and Installed Kits: 54,151 and Total Packaged Fielding hours: 544,152           (24) Unit of issue: Vehicles: Each (EA); Installed and Packaged Kits: EA; Total Package Fielding hours: Hours (HR)           (25) Destination information: FOB Origin.           (26) Delivery schedule:             Vehicles: The Government requires deliveries to begin no later than 10 months after exercise of an option(s) and end no later than 22 months after exercise of an option, unless mutually agreed upon by the parties.            Installed and Packaged Kits: The Government requires deliveries to begin no later than 10 months after exercising the option(s) and end no later than 22 months after exercise of an option, unless mutually agreed upon by the parties.           (27) Duration of the contract period: Current date through 30 Nov 2023.           (28) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter-                (i) A description of the procedures to be used in awarding the contract: A separate Letter RFP will be utilized for each action under this synopsis. For Action 1 the award is anticipated to be made under W56HZV15C0095 P00307 and for Action 2 the award is anticipated to be made under W56HZV15C0095 P00452.                (ii) The anticipated award dates:Action 1: 30 November 2020Action 2: 24 September 2021           (29) In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition: As previously stated, an award to a source other than Oshkosh for the JLTV would result in an unacceptable delay.  Delaying Soldiers and Marines ability to operate missions utilizing JLTV FoV capabilities, will reduce the options for commanders in the field, harm mission execution, and result in loss of life and disabling injuries as current operations have pushed the HMMWV far beyond its original purpose and capabilities.  Soldiers and Marines have already been compromised by not having JLTV’s increased capability, protection, and mobility and further delays will continue to compromise mission execution. It is estimated that an award to another contractor would take 58 months for technical data/software package validation, contract evaluation/award, tooling/supply chain lead time, supplier qualification and first article testing to get to a full rate production.                     (30) If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically: The Letter RFPs pertaining to this notice will not be available for a minimum of 15 days from the date of this notice. The Letter RFPs will be posted to Beta.SAM website. 

6501 EAST 11 MILE ROAD ARMY CONTRACTING COMMAND WARREN  DETROIT ARSENAL , MI 48397-5000  USALocation

Place Of Performance : 6501 EAST 11 MILE ROAD ARMY CONTRACTING COMMAND WARREN DETROIT ARSENAL , MI 48397-5000 USA

Country : United StatesState : Michigan

You may also like

ULTRA LIGHT TACTICAL VEHICLE HIGH POWER ALPHA AND FIELD SERVICE REPRESENTATIVE SUPPORT

Due: 28 Sep, 2024 (in 5 months)Agency: FEDERAL ACQUISITION SERVICE

Classification

pscCode 2355Combat, Assault, and Tactical Vehicles, Wheeled