Sources Sought for Armored Recovery Vehicle Production FY23-FY25

expired opportunity(Expired)
From: Federal Government(Federal)
W56HZV-23-D-XXXX

Basic Details

started - 29 Nov, 2022 (16 months ago)

Start Date

29 Nov, 2022 (16 months ago)
due - 15 Dec, 2022 (15 months ago)

Due Date

15 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
W56HZV-23-D-XXXX

Identifier

W56HZV-23-D-XXXX
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698429)DEPT OF THE ARMY (131647)AMC (72085)ACC (74422)ACC-CTRS (32602)ACC WRN (8478)W4GG HQ US ARMY TACOM (5772)

Attachments (1)

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.

Sources Sought Notice.  Army Contracting Command-Detroit Arsenal (ACC-DTA), in support of the Program Executive Office for Ground Combat Systems (PEO GCS), the Project Manager for Main Battle Tank Systems (PM MBTS), is conducting a Sources Sought Questionnaire to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to provide an Armored Recovery Vehicle.Clarification of this Action.  This request is a Sources Sought.  It is an inquiry intended to measure the level of industry interest in determining the appropriate acquisition strategy for potential future acquisitions.  The potential acquisitions are for domestic or Foreign Military Sale (FMS) vehicles to be ordered in Fiscal Year (FY)23 through FY25 timeframe and will be awarded on Firm Fixed-Price (FFP) contracts.  This Sources Sought neither constitutes a Request for Proposal (RFP) or Invitation to Bid, nor does it restrict the Government to an ultimate acquisition approach. 
Additionally, as a Sources Sought, this inquiry does not bind the Government to solicit for or award a competitive contract.  Participation in this questionnaire is also wholly voluntary on the part of the contractor, as no reimbursements will be made to any contractor for any costs associated with their participation in the questionnaire.  Data submitted in response to this Sources Sought will not be returned.  Lastly, participation in this Sources Sought, while important to Army acquisition planners, is neither mandatory, nor is it requisite to future participation by a contractor in this or a similar contract RFP.  You may address any part or portion of this Sources Sought.  However, the Government reserves the right to solicit for all or parts of these requirements in the best interest of the Government.Assumptions.  The Government WILL NOT furnish a Technical Data Package (TDP) for the vehicle identified.  The contractor is expected to tell the Government what information is needed to accomplish each task.Scenario.  The requirement for this proposed contract is to provide your firm’s capability and experience in production, reliability, cost, delivery and logistics for providing an Armored Recovery Vehicle.  Below each subpart, please provide a response based on your experience in the area, knowledge of subject matter, and capabilities.Contractors who deem themselves qualified, please take the time to respond to the questionnaire below.  We are interested to see who is capable and experienced in meeting any or all areas of interest.QUESTIONNAIREInstructions for Completing the Questionnaire:  Telephone or hard copy inquiries WILL NOT be honored.Please submit e-mail responses to:Interested sources should respond with COMPLETED QUESTIONNAIRE to Mr. Randy Hoffman, e-mail at randy.t.hoffman2.civ@army.mil.  All responses should be received no later than 23:59PM EST December 14, 2022.Response Format.Submittal will be in text format only.  Respondents to this Sources Sought are specifically instructed to appropriately mark any document that contains proprietary data, trade secrets, or other business sensitive information.If desired, responses may address the question number so as not to repeat the question in each response.  Please spell out acronyms in their first instance.  Also, clearly mark any confidential information per the guidance listed in the General Information section below (pages 4 and 5).  Respondents to this questionnaire may be contacted directly in the future for additional comment and information as the requirements develop.Administrative Information.1.  Company Name2.  Mailing Address and Website3.  Location of facilities4.  CAGE Code (if applicable)5.  North America Industry Classification System (NAICS) number6.  Business size and eligibility under Government socio-economic programs and preference7.  Does your company use a cost system that has been certified by the Defense     Contract Audit Agency (DCAA)?Person Responding to Questionnaire.8.    Name9.    Title10.  Company Responsibility11.  Telephone Number/Fax Number12.  E-mail AddressPRODUCTION:Describe your manufacturing capability and experience producing the following:A recovery vehicle that can brake, steer, move forward and backward, and accelerate while towing a 70-ton tracked vehicle on primary, secondary, and cross country surfaces.A recovery vehicle that can brake while towing 70 tons up and down grades of 0-25% without the loss of steering or control.A recovery vehicle that can provide the crew with armor protection against direct and indirect fire.A recovery vehicle that possesses a main winch with 320 feet (97.53 meters) of cable and has a capacity of not less than 70 tons over the full operating range.  Additionally, does your vehicle incorporate an auxiliary winch to assist the complete deployment of the main winch?A recovery vehicle that can provide a lifting capability of 35 tons to a height of 22.5 feet at a distance of 4 feet to 8 feet in front of the recovery vehicle to support the recovery of nosed-in or overturned tanks.RELIABILITY & QUALIT|Y:Describe your recovery vehicle's Mean Miles Between Operational Mission Failures (MMBOMF) reliability during operations.Describe your company’s quality philosophy and means of quality control/assurance.COST:Describe what initial investments and nonrecurring setup (i.e. tooling, facilities, etc.) your ‎company would need to complete, in order to start production of the recovery vehicle on a production line NLT November 2024.  Please provide an estimated cost for the necessary nonrecurring tooling and facilitization.DELIVERY:What is the manufacturing lead time needed to produce and deliver your recovery vehicle?What do you foresee are the minimum and maximum line rates for producing your recovery vehicle during the timeframes stated above? LOGISTICS:Describe your company’s experience and capability in planning, establishing and managing an Integrated Logistics Support (ILS) Program for a recovery vehicle that incorporates the following ILS elements:(1)  Maintenance Planning(2)  Manpower and Personnel(3)  Supply support(4)  Equipment Support(5)  Technical Data(6)  Training and Training Support(7)  Facilities(8)  Packaging, Handling, Storage and Transportation(9)  Design InfluenceGENERAL INFORMATION:  The Government appreciates the time and effort taken to respond to this questionnaire.  The Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as “confidential” under this statute.  [To avoid possible confusion with the meaning of the term “confidential” in the context of Classified Information, we will use the term “PROPRIETARY.”]  Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the questionnaire and to protect it from unauthorized disclosure, subject to the following:1.  Clearly and conspicuously mark qualifying data with the restrictive legend(all caps) “PROPRIETARY” with any explanatory test, so that the Government is clearly notified of what data needs to be appropriately protected.2.  In marking such data, please take care to mark only those portions of thedata or materials that are truly proprietary (over breadth in marking inappropriate data as “PROPRIETARY” may diminish or eliminate the usefulness of your response – see Item 6 below).  Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.3.  The Government is not obligated to protect unmarked data.  Additionally,marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain.  Data already in the possession of the Government will be protected in accordance with the Government’s rights in the data.4.  Proprietary data transmitted electronically, whether by physical media ornot, whether by respondent or by the Government, shall contain the) “PROPRIETARY” legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself.  Where appropriate for only portions of an electronic file, use the restrictive legends “PROPRIETARY PORTION BEGINS” and “PROPRIETARY PORTION ENDS.”5.  In any reproduction of technical data or any portions thereof subject toAsserted restrictions, the Government shall also reproduce the asserted restriction legend and any explanatory text.6.  The Government sometimes uses support contractors in evaluating responses.  Marking of data as “PROPRIETARY” will preclude disclosure to those support contractors assisting the evaluation effort.  The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors, consistent with the resources available.

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

22-6694 New Vehicle Purchases (State COOP)

Due: 16 Mar, 2025 (in 11 months)Agency: City of Goodyear

Fleet Parts Supply: Aftermarket Vehicle Parts & Supplies

Due: 19 May, 2025 (in 13 months)Agency: Southwest Florida International Airport

FY25 APD Vehicle and Equipment RFP

Due: 12 Apr, 2024 (in 13 days)Agency: City Of Ashland

Please Sign In to see more like these.

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