LVSR ECP Installation and Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
M67854-20-I-0021

Basic Details

started - 03 Dec, 2019 (about 4 years ago)

Start Date

03 Dec, 2019 (about 4 years ago)
due - 09 Dec, 2019 (about 4 years ago)

Due Date

09 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
M67854-20-I-0021

Identifier

M67854-20-I-0021
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707124)DEPT OF THE NAVY (156606)USMC (8452)MARCOR SYSCOM (932)COMMANDER (2723)
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.

Request for Information (RFI)M67854-20-I-0021Program Executive Office, Land SystemsNOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS.  THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is being issued 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. Further, the Government is not seeking proposals and will not accept unsolicited proposals. 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. No contract will be awarded from 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 Medium and Heavy Tactical Vehicles (PM MHTV) is seeking to identify interested vendors capable of providing engineering, programmatic, technical and logistics support for the installation of approved Engineering Change Proposals (ECPs) and repair of Logistics Vehicle System Replacement (LVSR) components and systems.  Specific support activities to be performed under the proposed effort include, but are not limited to:Establishing and maintaining additional repair services that include corrective maintenance and installation of ECPs through the use of Field Service Representatives (FSRs). Identification of corrective maintenance and ECP installation requirements during the Vehicle Induction Process conducted pursuant to the existing cab reconditioning and repair contract with Oshkosh Defense and throughout the LVSR cab reconditioning effort. Performing corrective maintenance on the LVSRs, which focus upon, but are not limited to, maintenance on the suspension, electrical, and hydraulic components. Installing ECPs on LVSRs, which have been approved but have not been previously installed. Providing qualified FSRs that are trained and certified to operate the LVSRs, perform corrective maintenance, and install ECPs on the LVSR Family of Vehicles.1.1       Purpose:This RFI constitutes market research in accordance with FAR Part 10 and is not 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.1.2       Objective:Data submitted in response to this RFI will be used to assess the marketplace environment for business to provide the U.S. Marine Corps with the support described above.2.0 Requested Information:Respondents who are interested are requested to provide the information that identifies their capability to provide the support described in the Introduction listed above.3.0 Response:Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8 1/2 x 11 in paper, no more than 15 pages in length, using 12-point font describing product summary, complete technical characteristics, and training and spare parts support capability.  All responses must include the following information:Company name, mailing address, telephone number, and email of designated point(s) of contact. Commercial and Government Entity (CAGE) Code and DUNS number. Size of business pursuant to North American Industrial Classification System (NAICS) code 336111 – Automobile Manufacturing.White paper providing capabilities and relevant past performance.  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 a page-by-page basis.  Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary.Please do not submit proposals at this time.  The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas.  Acknowledgement of receipt will not be made.  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.  It is the contractor’s responsibility to check https://www.beta.sam.gov/ to get additional data.Responses shall be submitted via e-mail to Todd Ingold, todd.ingold@usmc.mil no later than 2:00 PM Eastern Time (Quantico, Virginia) on 09 December 2019 with the subject line “RFI –LVSR ECP Support Services.”  Additionally, vendors shall provide their company name and cage code with their requests.  Telephone replies will not be accepted.  Inquiries by telephone will not be accepted.3.1 Questions:Questions or comments regarding this notice may be addressed to Todd Ingold, todd.ingold@usmc.mil by e-mail only.  No questions will be accepted after 05 December 2019 at 2:00 PM Eastern Time.  Any subsequent procurement notifications will be posted at https://www.beta.sam.gov/.  All interested offeror(s) are encouraged to register online at https://www.beta.sam.gov./ to receive email notifications when information related to this acquisition is updated, or documents related to this acquisition are issued and available for download.  The Government requests that all interested parties ensure that they are listed on the "Interested Vendors List" in Beta.SAM.  As a rule, the Government will not send notifications directly to interested offeror(s), and it is recommended that the interested offeror(s) periodically check this website for updates. This RFI does NOT constitute an RFP nor a promise to issue an RFP in the future.  This RFI does not commit the United States Government (USG) to contract for any supply or service.  Further, the USG is not seeking proposals at this time and will not accept unsolicited proposals.  Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this RFI. The information provided in the RFI is subject to change and is not binding on the USG.  The USG has not made a commitment to procure any of the items discussed and the release of this RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.  All submissions become USG property and will not be returned.

QUANTICO , VA 22134Location

Place Of Performance : QUANTICO , VA 22134

Country : United StatesState : Virginia

Classification

naicsCode 336111