Parts Management, Technical Manual Development & Interim Contractor Logistic Support - Extended Range Cannon Artillery (ERCA) Increment (INC) 1c Program
Sources Sought/Request for Information - Extended Range Cannon Artillery (ERCA) Increment (INC) 1c Program – Parts Management, Technical Manual Development & Interim Contractor Logistic Support DESCRI... Sources Sought/Request for Information - Extended Range Cannon Artillery (ERCA) Increment (INC) 1c Program – Parts Management, Technical Manual Development & Interim Contractor Logistic Support DESCRIPTION OF INTENT: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. No contract/agreement will be awarded from this announcement. This is not a Proposal Request or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this RFI is voluntary and no reimbursement will be made for any costs associated with providing information in response to it and any follow-on information requests. Data submitted in response to this RFI will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. DISCLAIMER: Reference herein to any specific commercial company, product, process, or service by trade name, trademark, manufacturer, or otherwise, does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government or the Department of the Army (DA). The opinions of the authors expressed herein do not necessarily state or reflect those of the United States Government or the DA, and shall not be used for advertising or product endorsement purposes. PROPRIETARY INFORMATION: It is the responsibility of Industry, when providing any comments/responses, to properly mark such information that is considered proprietary or is otherwise restricted. The United States Government (USG) is not obligated to protect unmarked data. Nor is the Government obligated for like data in possession of third parties or for data which is afterwards placed in the public domain by the contractor or by third parties through no fault of the USG. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data will be reproduced with restrictive legends in place. The USG acknowledges its obligations under the Federal Acquisition Regulation 3.104-4 to protect confidential information provided to the Government (18 U.S.C. §1905). Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this RFI and to protect such information from unauthorized disclosure, subject to the following: Qualifying data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified as to exactly what data so qualifies. 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. 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." Support Contractors: The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as "PROPRIETARY" will preclude disclosure outside the Government and therefore will preclude disclosure to these 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. GENERAL INFORMATION: There is no risk to respondents for participating in this RFI. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be bound to this information if any solicitation is issued. However, this is an important opportunity for industry to provide input on this program. This RFI, and all information herein, is for informational planning purposes only and does not constitute a “Proposal request of any kind,” nor is it to be construed as a commitment by the U.S. Government. INSTRUCTIONS FOR RESPONDING TO THIS REQUEST: Responses to the RFI are due on 10 April 2020. It is ideal for responses to be in white paper format but any format will be accepted. Responses received after the stated due date, whether received by email or by mail, may not be considered. It is the intent of the Government to address questions generated from this posting anonymously. Thus questions should be posed without mention of proprietary information. Government address of questions may be answered and posted anonymously to this website (Beta.SAM.Gov). Responses to this request for information should be sent via e-mail to Brianna Davis at usarmy.detroit.peo-gcs.mbx.erca-inc-1@mail.mil You are requested to put "ERCA INC 1c – TM CLS - RFI" in the subject line of the e-mail and attachments shall be in MS Word or PDF format. ANTICIPATED SCHEDULE EVENTS: 16 March 2020 – Last day for Contractors to submit clarification questions to the Government pertaining to this RFI posting 10 April 2020 – Deadline for interested contractors to submit RFI responses to the Government BACKGROUND On 25 September 2018, the Army Acquisition Executive (AAE) approved the initiation of the Extended Range Cannon Artillery (ERCA) Family of Vehicles (FOV) middle tier acquisition (MTA), utilizing the rapid prototyping (RP) pathway in accordance with Section 804 of the FY16 National Defense Authorization Act (NDAA). The goal of the ERCA effort is to close current cannon artillery capability gaps, building on the M109A7’s mobility and survivability upgrades. This next-generation howitzer armament system will provide the Army with an entirely new capability for self-propelled howitzers, while also providing the architecture and growth margins for future propellant and projectile advancements. The ERCA effort follows an incremental process to achieve increased range and rate of fire. Increment 1c’s focus is on vehicle improvements. Although the design changes are slight, vehicle improvements are changes that will need to be reflected in manual form, thus the need for this anticipated requirement for logistic support. REQUIREMENTS: Parts Management: Provide parts management in support of integration, testing, and issuance of the ERCA Inc 1c. Major tasks include supply parts (identify, procure, store, ship, and receive all spare parts required) in accordance with ERCA Increment (INC) 1c development efforts. Inventory control and accurate parts tracking will be critical tasks. Approximately 2000+ new parts are required to support ERCA during its development, test, issue, and assessment across multiple USG locations within CONUS to include test sites. Technical Manuals (TM): Composition, development, and validation of a Commercial Off- The-Shelf (COTS) -10 Operator’s Electronic Technical Manual (ETM); utilizing the existing M109A7 -10 TM(TM 9-2350-401-10-1& -2) as a baseline in accordance with (IAW) Military Standard (MIL-STD) 40051-2C and Document Type Definition (DTD) Style Guide. Incorporation of any and all tasks for safe operation of the new armament system integrated onto the A7 chassis. Source files for TM 9-2350-401-10-1 & -2 will be provided to include XML and graphics. Graphics will have to be generated for any new information. Technical data will be provided by the USG to include engineering drawings and data analysis will need to be conducted to denote what needs to be included in this TM. The contractor shall provide all content (text) files, Extensible Markup Language (XML) files, editable graphic files in .svg art format, Logistics Support Analysis (LSA) data such as LSA-036 reports used to create RPSTL or LSAR-004 report files used to develop etc., in their original format. If any content includes copyrighted material, the contractor shall furnish an appropriate copyright release for any manual containing commercial copyright information. The contractor shall validate the technical accuracy and adequacy of all content in the Draft Equipment Publication (DEP) / Preliminary Technical Manual (PTM) prior to publication delivery to the Government. The contractor shall maintain records of validation reviews that show when the material was reviewed, how the procedures were performed, what the findings were, and all corrective actions taken and provide a Valdation Plan, Certificate and Report. Development and validation of a COTs -20 Field-level maintenance ETM; utilizing the existing M109A7 interactive electronic technical manual (IETM) (TM 9-2350-401-13&P) as a baseline IAW MIL-STD 40051-2C. Conversion of the IETM to an ETM is part of this effort. Incorporation of any and all tasks for safe operation and maintenance of the new armament system integrated onto the M109A7 chassis. This can be as basic as work instructions and redlined engineering drawings for Field Service Representatives (FSRs) or Civilian Service Representative (CSRs) to use. Source files for TM 9-2350-401-13&P will be provided to include XML and graphics. Graphics will have to be generated for any new information. Technical data will be provided by the USG to include engineering drawings data analysis will need to be conducted to denote what needs to be included in this TM. The contractor shall provide all content (text) files, Extensible Markup Language (XML) files, editable graphic files in .svg art format, Logistics Support Analysis (LSA) data such as LSA-036 reports used to create RPSTL or LSAR-004 report files used to develop etc., in their original format. If any content includes copyrighted material, the contractor shall furnish an appropriate copyright release for any manual containing commercial copyright information. The contractor shall validate the technical accuracy and adequacy of all content in the Draft Equipment Publication (DEP) / Preliminary Technical Manual (PTM) prior to publication delivery to the Government. The contractor shall maintain records of validation reviews that show when the material was reviewed, how the procedures were performed, what the findings were, and all corrective actions taken and provide a Valdation Plan, Certificate and Report. 3. Interim Contractor Logistics Support (ICLS): a. TM Development (reference specifics in 1 above) b. Development of Programs of Instruction (POIs) for Operator New Equipment Training (OPNET) and potentially, Field-Level Maintenance New Equipment Training (FMNET) c. Maintenance of tracked Self-Propelled Howitzer System(SPHS) prototypes equipped with large caliber primary armament system(s) during development (to include potential long-term storage), test, training events, and First Unit Issue (FUI) in late FY23. Maintenance on these systems would include all chassis and armament components IAW the Army's two-level maintenance system (Field and Sustainment). SOURCES SOUGHT INTENT: The U.S. Army, Project Manager Self-Propelled Howitzer Systems (SPHS), Product Lead ERCA INC 1c, herein after referred to as the United States Government (USG), is interested in gauging industry interest and capability relative to the potential acquisition of Technical Manual modifications and Logistics support services for the ERCA INC 1c system. Responses will be utilized to aid in determining the ERCA INC 1c acquisition strategy. This notice is being posted in an effort to engage Industry of the requirement, understand the level of competition and determine small business capability. This conduct of market research should also generate any challenges industry may face relative to responding to an anticipated acquisition of this nature. INSTRUCTIONS FOR COMPLETING THIS RFI: Respond to every question. Number each response with the appropriate question number. Questions do not have to be repeated in the response. A “No Response” indication can be provided for those questions with a “no” answer. If a response will satisfy another question, state: “See response to question XX.” Include relevant sales media and product manuals. If providing an ACROBAT formatted manual, annotate the manual to indicate which material is applicable to the questions. If preferred, include Internet Web links to locations where animations/videos may be viewed. If providing sales media and/or manuals containing a restricted distribution statement, issue a release statement indicating that the restricted material may be distributed to Army personnel involved with this RFI. Spell out any acronyms in their first instance. Clearly mark any proprietary information. If applicable, the front page of the response package should state, “Proprietary Information Contained.” ADMINISTRATIVE INFORMATION: Manufacturer a. Name: b. Mailing Address: c. CAGE: d. DUNs Number: Business Type (Check all that apply); - 8(a) - Minority Owned - Disabled Veteran - Small Business - Hub Zone - Small-Disadvantaged - Large Business - Women Owned 2. Personnel Responding to this Questionnaire a. Name: b. Title: c. Responsibility/Position: d. Telephone/Fax Numbers: e. E-mail address: Questions, comments, or concerns, should be addressed to the usarmy.detroit.peo-gcs.mbx.erca-inc-1@mail.mil mailbox . All product brochures and/or literature that cannot be sent via email can be sent to: Army Contracting Command- Detroit Arsenal, 6501 E. 11 Mile Rd, ATTN: Brianna Davis, SFAE-GCS-FC, BLDG 229, Mail Stop: 531, Detroit Arsenal, MI 48397-5000. QUESTIONS GENERAL Has your company ever been awarded a contract from the USG as a Prime Contractor to: a. develop technical manuals (reference item 1 under Requirements above) b. update/modify existing technical manuals c. provide contractor logistics support (reference item 2 under Requirements abov 2. For each of the items above that generated a yes response, provide: a. One contract number (most recent) that supports b. Highlight or extract the scope of work in that awarded contract that speaks to the specific requirement and provide c. What was the contract type (Firm fixed price, etc)? 3. Does your company currently hold a contract with the Government that affords other agency’s the opportunity to purchase off of it, respective to the requirements that are detailed in this document? If yes, please name those contract mechanisms and the suite that would be utilized to cover procurement of this requirement. 4. If the Government requested a proposal respective to the requirements summarized in this document (items 1, 2, 3 above (Requirements), would your company be proposing as a prime or as a subcontractor? a. Please explain any anticipated teaming arrangements 5. If the Government issued a solicitation respective to the requirements summarized in this document, what data would your company need in order to prepare a proposal (this question also provides different scenarios in the event the requirements have to be split into more than one action)? a. What is the estimated turn around time from RFP to proposal submission for: i. Requirement 1 ii. Requirement 2 iii. The reqirement if both portions are rolled into one action 6. What facilities would be utilized to perform this effort? 7. What would be the lead time to facilitate? 8. If your company identifies as a small business, identify major risk areas regarding schedule and performance as a small business. 9. Due to vehicle scarcity and competing efforts, vehicle will be available ad-hoc/just-in-time, potentially under austere conditions in test environments. Planned dedicated vehicle access for this effort is tentatively scheduled for mid to late 2021. With this understanding, would vehicle access be required? a. If yes, at what point? b. If yes, for how long? c. If yes, who would need access? 10. Identify risks associated with conducting this work while supporting the FY23 FUI delivery schedule. Is this achievable? Assuming: a. Techical Data available August/September 2020 b. Award made October 2020 c. First TM draft delivered 16 June 2021 11. Please provide any feedback or questions your company may have as it pertains to the requirements summarized in this RFI. Concerns, risk and tips are helpful to shape the requirement and determine the acquisition strategy. Distribution Statement A: Approved for Public Release - March 6, 2020
Data sourced from SAM.gov.
View Official Posting »