Soft Wall Shelter Sustainment
M67854-19-I-5121 REQUEST FOR INFORMATION SOFT WALL SHELTER SUSTAINMENT Program Manager Supply and Maintenance Systems (PM-SMS) Description: The Marine Corps Systems Command (MCSC), PM SMS, Shelters/Fi... M67854-19-I-5121 REQUEST FOR INFORMATION SOFT WALL SHELTER SUSTAINMENT Program Manager Supply and Maintenance Systems (PM-SMS) Description: The Marine Corps Systems Command (MCSC), PM SMS, Shelters/Field Feeding/Containers Team is seeking potential sources to provide parts and complete systems for soft wall shelters in our portfolio. Background: The program office is responsible for sustaining soft wall shelters (identified in section 3.3) managed by the Consolidated Storage Program (CSP). Sustainment is historically procured through MCSC Supply and DLA. The purpose of this RFI is to determine procurement methods available in the market. Requested Information: PM SMS is requesting information about vendors that can provide shelters and parts for those shelters to support the current inventory of Marine Corps soft wall shelters. The following information is requested: •· 3.1 If your products are available on GSA, please provide GSA Schedule information to include the category of products provided. •· 3.2 Do you have an agreement in place with HDT, Johnson Outdoor, Camel, or Eureka to procure soft wall shelter parts and complete shelter systems? Explain with whom and provide the agreement's end date. •· 3.3 Describe your ability to provide specific parts and complete shelters from HDT, Johnson Outdoor, Camel, and Eureka. Describe your ability to secure an agreement within six months with all manufacturers. Respondents are requested to provide an estimate of the Government's unit cost for the following soft wall shelter systems: ITEM NATIONAL STOCK NUMBER (S) Eureka, Extreme Cold Weather Tent (4-man) 8340-01-406-9299 Eureka, General Purpose Modular Tent System (type III) 8340-01-512-0240 & 8340-01-512-0243 Camel, Lightweight Maintenance Enclosure 8340-01-456-3637 & 8340-01-507-4375 HDT, Expeditionary Shelter (Base-X 203) 8340-01-545-5875 & 8340-01-545-5888 HDT, Expeditionary Shelter (Base-X 305) 8340-01-545-5884 & 8340-01-545-5869 HDT, Arctic Shelter (15-man), 8340-01-620-8552 Johnson Outdoor, Combat Tent (2-man) 8340-01-452-5919 Respondents are requested to provide an estimate of the Government's unit cost for the follow soft wall shelter parts: ITEM PART NUMBER HDT Tent Liner: Base-X 203 liner 60203-3 HDT Frame, Tent: 45 degree scissor assembly 65051 HDT -1 Strut, Frame Section, Leg Assembly 65300100 HDT Repair Kit, Tent: Base-X 300 series 69010-3 HDT Repair Kit, TENT: Base-X 200 series 69010-2 HDT Tent Inner Liner: Base-X 305 liner 60305-3 Eureka (Johnson Outdoors Gear, Inc.) Tent Body: 2 man combat tent; tan desert color 2628930 Responses: Interested parties are requested to respond to this RFI with a white paper. The white paper is divided into two sections. Section 1 contains vendor specific information. Section 2 contains vendor answers to sections 3.1 through 3.5.7. 4.3 Section 1 of the white paper is not included in the page limitation and shall provide the following administrative information as a minimum: •· 4.3.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. •· 4.3.2 The offeror's business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 332439: Other Metal Container Manufacturing. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. Section 2 of the white paper shall answer, at a minimum, the requested information addressed in the "Requested Information" section of this RFI. White papers in Microsoft Word for Office 2013 compatible format are due no later than 30 April 2019, 13:00 EST. Responses are limited to 5 pages and shall be submitted via e-mail only to the Project Officer, robert.t.clemens2@usmc.mil and Contract Specialist, kimberly.a.stone@usmc.mil. Proprietary information should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Only government employees will review the responses. Industry Discussions: MCSC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Project Officer, robert.t.clemens2@usmc.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 23 April 2019 will be answered. Summary: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. The information provided in the RFI is subject to change and is not binding on the Government. The Marine Corps has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Further, the Marine Corps is not at this time seeking proposals and will not accept unsolicited proposals. All submissions become Government property and will not be returned. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »