ACV Mission Role Variants
NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Prop... NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is 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. 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. 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. 1.0 Introduction: Program Manager, Advanced Amphibious Assault (PM AAA) is seeking to identify interested vendors capable of developing Mission Role Variants (MRVs) for the Amphibious Combat Vehicle (ACV). This effort will include developing engineering drawings, manufacturing, and providing test support for the ACV MRV Vehicles. There are three (3) MRVs anticipated which include: ACV-Command (ACV-C), ACV-Recovery/Maintenance (ACV-R), and ACV-30mm Medium Caliber Cannon (ACV-30). The ACV platform is currently being produced by BAE Systems (BAE) under contract M67854-16-C-0006. The Government does not own the required rights to the ACV Technical Data Package (TDP), therefore, the ACV design TDP cannot be provided. PEO LS is seeking interested sources capable of performing the following tasks: The Contractor shall design, manufacture, and deliver ACV-C, ACV-R, and ACV-30 vehicles that maintain commonality with the existing ACV-Personnel (ACV-P) vehicle to the maximum extent possible. • The drivetrain, powertrain, water propulsion, hull underbody, armor system, suspension system, steering system, braking system, driver's station, and vehicle commander's station are all expected to be common with the ACV-P. • Radio and intercom components will be provided as Government furnished material. • Quantities are up to 29 ACV-C, 39 ACV-R, and 150 ACV-30. The Contractor shall have extensive background in the design and production of ground tactical vehicle systems to include but not limited to: • Production operations • Integration of Engineering Change Proposals • Production Quality Management The Contractor shall describe their ability and timeframe to design, manufacture, and deliver the first ACV-C, ACV-R, and ACV-30 for test. The Contractor shall also describe their ability and timeframe to manufacture and deliver the remaining 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 81/2 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, address, email, telephone number, 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 336992 • 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 Federal Business Opportunities (FBO) website at https://www.fbo.gov/ to get additional data. Responses shall be submitted via e-mail to Morgan Brady, morgan.brady@usmc.mil no later than 2:00 PM Eastern Time on 08 February 2019 with the subject line "RFI - M67854-19-R-0028." 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 Morgan Brady, morgan.brady@usmc.mil by e-mail only. No questions will be accepted after 31 January 2019 at 2:00 PM Eastern Time. Any subsequent procurement notifications will be posted on the FBO website at https://www.fbo.gov/. All interested offeror(s) are encouraged to register on the FBO website 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 FBO. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »