Thermal Sight System
REQUEST FOR INFORMATION Program Manager, Advanced Amphibious Assault (PM AAA) Production of Assault Amphibious Vehicles 7A1 (AAVP7A1) Reliability, Availability and Maintainability/Rebuild to Standard ... REQUEST FOR INFORMATION Program Manager, Advanced Amphibious Assault (PM AAA) Production of Assault Amphibious Vehicles 7A1 (AAVP7A1) Reliability, Availability and Maintainability/Rebuild to Standard (RAM/RS) M36E-T1 Thermal Sighting Systems for Foreign Military Sales (FMS) NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued for information and planning purposes and is issued in accordance with Federal Acquisition Regulation 52.215-3 - Request for Information or Solicitation for Planning Purposes. This RFI does NOT constitute a Request for Proposal (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. 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 website. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. 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. Introduction Program Manager Advanced Amphibious Assault (PMAAA) is issuing this RFI as part of the Assault Amphibious Vehicles (AAV) Foreign Military Sales (FMS) Program to assess industry's capability to produce a thermal sight system that meets the current capabilities and spatial requirements (identified in Attachment 1 discussed below) of the M36E-T1 TSS for 30 AAVP7A1 RAM/RS vehicles. The identified system must have been previously or currently utilized on a military platform, capable of operating in an amphibious environment, and may include modifications to address obsolescence. In addition to the above requirement, the vendor should be capable of providing engineering; integration and testing; logistics; maintenance training devices and updates; and program management support services as needed, including: • Two-year spares package to support the thirty (30) M36E-T1 TSS (or equivalent) for two years at one hundred (100) hours of vehicle use per year • One (1) Special Tools and Test Equipment package needed to maintain the System • Operator and Maintainer Technical manuals (through 4th Echelon) in electronic format • Job Aides for Operator and Maintainer • Engineering Data for provisioning • Forty-eight (48) M36E-T1 TSS (or equivalent) (Option) • Two-year spares package for the forty-eight (48) M36E-T1 TSS (or equivalent) capability for two years at one hundred (100) hours of vehicle use per year (Option) The M36E-T1 (NSN 1240-01-553-5866) is included on the UMSC AAVP7A1 RAM/RS Family of Vehicles configuration currently in the sustainment phase of the acquisition life cycle. L3 Technologies is the sole source manufacturer of the USMC AAVP7A1 RAM/RS M36E-T1 TSS. The Government has no rights to the technical data for the M36E-T1 Thermal Sighting System and cannot provide it to interested parties. The anticipated contract award date for this procurement is October 2019. In order to meet operational need dates for delivery of AAVP7A1 RAM/RS vehicles to the foreign purchaser, the 30 M36E-T1 TSS (or equivalent) would be required to be delivered by 30 April 2020. 2. 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. 3. Requested Information Interested vendors which believe they are capable of providing M36E-TI TSS (or equivalent) are requested to provide information that identifies their capability and ability to: 1) manufacture production configured AAVP7A1 RAM/RS M36E-T1 TSS (or equivalent) that meet the requirements described in section 2 above; 2) ensure no obsolescence issues are present at time of delivery; and 3) manufacture systems fully capable of meeting the Government's installation drawing identified in Attachment 1. Attachment 1 is available to vendors upon request. Please submit request for Attachment 1 to Shari Chandler, Contract Specialist, via e-mail at: shari.chandler@usmc.mil. All requests must include the following information: company name; company address; company business size; Commercial Activity Government Entity (CAGE) code, and POC name, phone number, and e-mail address. Responses shall not include classified data. Note: Attachment 1 has a security classification of For Official Use Only (FOUO). Only Contractors that are certified by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS) will be eligible to download documents marked Export Controlled. This certification establishes that a company is a U.S. or Canadian contractor eligible to receive unclassified technical data that is under the control of the U.S. Department of Defense (DoD) or the Canadian Department of National Defense (DND). 4. Submission Instructions and Format Interested firms are requested to submit a brief capabilities statement to the Contracting Officer addressing the following: a. Name and address of applicant/company (Corporate/Principal Office); b. Name, telephone number, fax number, and e-mail address of point of contact; c. CAGE Code and DUNS Number; d. Business Classification (i.e. large, small, 8a, etc.); and e. Statement of capabilities in response to the questions below: • Manufacturing Data Requirements: Respondents are requested to identify their plan for manufacturing units that meet or exceed the current capabilities and spatial requirements of the M36E-T1 TSS (or equivalent), for mitigating constraints arising from the Government's limited rights in technical data of the M36E-T1 TSS while still enabling the respondent's product to achieve all operational delivery requirements. • Schedule Assessment: Respondents are requested to submit an estimated delivery schedule of fully integrated, operational M36E-T1 TSS (or equivalent) that meet, or exceed all performance requirements in accordance with Attachment 1. Please discuss potential mitigation steps that might be offered, if respondent was unable to deliver on schedule. • Defect Control: Respondents are requested to describe the controls to be used to identify, prevent, minimize and mitigate defects and defect rates during their M36E-T1 TSS (or equivalent) manufacturing process. Explain how each control or warranty will prevent, absorb or minimize unexpected costs increases that might occur due to higher reworking, rebuilding and scrap costs. • Subcontractor Control: Respondents are requested to provide their approach for use and engagement of subcontractors in the manufacture and assembly of the M36E-T1 TSS (or equivalent). The response must address their organization and methodology for the following: managing subcontractors; plans for on-site evaluation of subcontractors; methods for ensuring visibility into subcontractor activities; and plans for program/production readiness reviews; and vendor audits. • Item Unique Identification (IUID): Respondents are requested to provide their plan for implementation of IUID under the policy of Defense Federal Acquisition Regulation Supplement (DFARS) 211.274-1 through 211.274-4 and the provisions of DFARS Clause 252.211-7003. • Risk: Respondents are requested to identify all foreseeable risk(s) to schedule, cost and/or production associated with M36E-T1 TSS (or equivalent) and provide a plan for mitigating those risks. • Technical Data Rights: Respondents are requested to identify any products or processes that respondent or its subcontractor expects to develop, or has already developed with independent research and development funding that will or may be used in production certification (through testing), delivery, and sustainment of the M36E-T1 TSS (or equivalent). Respondents should also consider and discuss alternative products or processes, over which the US Government already possesses government purpose rights or greater, or whether the Respondent would include Government Purpose Rights with its delivery of M36E-T1 TSS (or equivalent) over those products or processes Respondent develops. • Estimated Cost: Respondents are requested to provide a Rough Order of Magnitude (ROM) to manufacture approximately 30 M36E-T1 TSS (or equivalent), an option for the production of 48 additional units, and the engineering; integration and testing; logistics; maintenance; training devices and updates; and program management support services, as needed for the units, including: o Two-year spares package to support the thirty (30) M36E-T1 TSS (or equivalent) for two years at one hundred (100) hours of vehicle use per year o One (1) Special Tools and Test Equipment package needed to maintain the System o Operator and Maintainer Technical manuals (through 4th Echelon) in electronic format o Job Aides for Operator and Maintainer o Engineering Data for provisioning o Forty-eight (48) M36E-T1 TSS (or equivalent) (Option) o Two-year spares package for the forty-eight (48) M36E-T1 TSS (or equivalent) capability for two years at one hundred (100) hours of vehicle use per year (Option) 5. Responses DO NOT submit a proposal at this time. The Government is only seeking sources/information for market research to determine the availability of qualified, experienced, and interested potential sources. 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 visibly 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. Submittals will not be returned to the sender. Complete responses are requested no later than 2:00 pm EST 22 February 2019. Responses shall be submitted electronically via e-mail to the Contracting Officer at alicia.sims@usmc.mil and the Contract Specialist at shari.chandler@usmc.mil. Submissions shall not exceed 15 pages and shall be single-spaced, 8.5 x 11 paper, 1 inch margin, and no smaller than 12 point type, and submitted in Microsoft Office compatible format or searchable (non-scanned) PDF compatible format. All responses shall also reference RFI#: M67854-19-R-0027.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »