Abrams Improved Turret Motor (ITM)
DESCRIPTION OF INTENT: The Program Executive Office, Ground Combat Systems (PEO) (GCS) and its assigned Project Director for Main Battle Tank Systems (PD MBTS) have a need to procure an Improved Turre... DESCRIPTION OF INTENT: The Program Executive Office, Ground Combat Systems (PEO) (GCS) and its assigned Project Director for Main Battle Tank Systems (PD MBTS) have a need to procure an Improved Turret Motor (ITM), a new component of the Abrams M1A2 System Enhancement Package (M1A2 SEP) Abrams vehicles and upgrade part number (13213557) to the ITM configuration. The requirement to deliver up to 2,106 of the ITM and up to 200 upgrades over a 5 year contract is anticipated. PURPOSE: The purpose of this market survey is to identify, as potential sources, companies that possess the expertise, capabilities, and experience to deliver new ITM and potentially upgrade legacy motors (provided as GFM) that execute operations for the for Abrams M1A2 SEP tank systems. Drawing Request: Drawings listed in Attachment 1 and Attachment 2 of this market survey are available to interested parties for the purpose of submitting a complete and accurate response to this market survey. In order for an interested party to receive this information, it must have an approved and current DD 2345 Military Critical Technical Data Agreement. The United States - Canada Joint Certification Program Office is the approver of these forms. For more information, please visit their website at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. The Government will only provide drawings to the custodian listed on the DD 2345 form. If your company would like to receive the FOUO information, please send your email request to Lucinda Klisz (lucinda.m.klisz.civ@mail.mil). Your request should contain the following: • Your Company's name, cage code and address • Your Name, Title, Office phone number and email address • Copy of the approved DD2345 The USG will respond to requests within five (5) business days. Please be advised, once your request has been approved, you will automatically receive any updated or additional FOUO information that becomes available during the duration of this posting. GENERAL INFORMATION The submission of information in response to this market survey is for planning purposes only, and is not to be construed as a commitment by the U.S. Government to procure any items/services described herein, or for the Government to pay for the information received. Respondents that cannot answer all the market survey questions in this survey need not respond. Incomplete market surveys will not be reviewed. As a condition of responding to this survey, it is a requirement that potential responders be a United States (US) company, and possess the means to properly store and work on information and hardware classified at the SECRET/No Foreign Nationals (NOFORN) level. Participation in this market survey is strictly voluntary and the U.S. Government will not reimburse contractors for any cost incurred for their participation in this survey. All information is to be submitted at no cost or obligation to the Government. This is NOT a pre-solicitation notice. This notice does not constitute an Invitation to Bid or Request for Proposal and is not to be construed as a solicitation, and no award shall be made based on this notice. There is no formal solicitation available at this time, no solicitation will be issued against this notice, and this request for information does not obligate the Government to issue a solicitation. Respondents to this market survey are specifically instructed to refrain from submitting any type of proprietary data, trade secrets, or other business sensitive information. Data submitted in response to this market survey will not be returned. The market survey is NOT a request to seek contractor interest in being placed on a solicitation mailing list. Respondents shall not be notified of the results of the survey or results of information submitted. Telephone or email inquiries will not be honored. INSTRUCTIONS FOR COMPLETING THE QUESTIONNAIRE Responses are due NO LATER than close of business on 20 JUNE 2019. The survey response shall NOT exceed 50 pages. Submittal shall be in text format only. • All questions must be addressed. • Font size no smaller than 12. • Responses must include the question number associated with the applicable answer. • Spell out acronyms in their first instance. • Do not reply with proprietary information. Electronic responses are required using AMRDEC Safe located at https://safe.amrdec.army.mil/safe/. Please title contractor response as "Market Survey Response for Improved Turret Motor On Abrams M1A2 Family of Vehicles". Please send the Market Survey response, through AMRDEC Safe, to Contract Specialist Lucinda Klisz via email at lucinda.m.klisz.civ@mail.mil. No telephone responses will be accepted. MARKET SURVEY QUESTIONAIRE: Please include the following administrative information: 1. Company Name 2. Mailing Address and Website 3. Location of facilities 4. CAGE Code (if applicable) 5. North America Industry Classification System (NAICS) number 6. Business size and eligibility under USG socio-economic programs and preference Person Responding to Questionnaire: 8. Name 9. Title 10. Company Responsibility 11. Telephone Number/Fax Number 12. E-Mail Address Describe your firm's recent and relevant experience in the competencies outlined below. Your experience must have been within the last three (3) years. When citing Government work you must include Contract numbers and Government POCs. 1. Describe your company's experience with, production, upgrade, and Government qualification of Improved Turret Motor (ITM) capable of executing Government vehicle platforms operations. 2. Describe your company's experience with development, production, and Government qualification of ITM capable of interfacing with Government Abrams M1A2 Family of Vehicles. 3. Describe your company's existing facilities, tools, training, test equipment, and manufacturing capacity to produce, repair, or upgrade the ITM capable of interfacing with Government Abrams M1A2 Family of Vehicles. 4. Describe your timeline on when you would be able to start delivering (DD250 off the production line) the ITM from contract award. Include potential contract award dates for overall production contract, long lead material time frames, any facilities prep, workforce hiring/training, First Article Testing timelines etc. 5. Describe your ability to deliver various concurrent manufacturing, current and new production, repair and upgrade of the ITM and if any remaining combine throughput available to support increased production requirements. Also describe if any requirements such as and not limited to: new facilities, production line modifications, manpower or other additional requirements necessary to increase capacity would be necessary. 6. Describe your company's capability to meet a delivery schedule of up to 60 ITMs per month in the first year and decreasing to 30 ITMs per month in follow on years. 7. Provide Rough Order of Magnitude (ROM) Costs associated with an ITM Unit Price, Non-Reoccurring Engineering, and Quantity Price break points for new and upgrades. 8. Does your organization/facility have a certified Quality Management System (QMS)? If yes, what (QMS) is your organization registered under? If not certified, what (QMS) does your organization operate with? Is your organization familiar with AS9100 (QMS) requirements for Aviation, Space, and Defense Organization? Please explain how QMS is utilized in relation to question number 1. 9. Please identify your experience with and successful application of conducting, Failure Analysis, Problem Resolution, and Implementing Corrective Actions both in, supply chain, manufacturing, production and in the field. Please identify the products, processes, and systems utilized. 10. Please describe your experience performing First Article Test(s) (FAT) validating the production process, tools, automatic test equipment sets, procedures, facilities and personnel training to produce or upgrade ITMs. 11. Please describe your experience in supply chain management, procurement lead-time reductions, and expediting long lead-time's successfully significantly reducing overall production lead times on ITMs. 12. Please describe your Configuration Management System for engineering, logistics, and production change management controls. 13. Please describe how you manage your supplier quality control. 14. Please elaborate on the process controls used by your company. 15. Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)? PROPRIETARY INFORMATION: The Government appreciates the time and effort taken to respond to this market survey. The Government acknowledges its obligations under Federal Acquisition Regulation 3.104-4 (18 U.S.C. §1905) to protect information qualifying as "confidential" under this statute. [To avoid possible confusion with the meaning of the term "confidential" in the context of Classified Information," we will use the term "PROPRIETARY."] Pursuant to this statute, the Government is willing to accept any PROPRIETARY (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) "PROPRIETARY" with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (excessive breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting, or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. 4. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the "PROPRIETARY" legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate, when only portions of an electronic file are proprietary, use the restrictive legends ‘PROPRIETARY PORTION BEGINS:" and "PROPRIETARY PORTION ENDS." 5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the government shall also reproduce the asserted restriction legend and any explanatory text. 6. 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 of same 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. 7. GOVERNMENT POINT OF CONTACT: Lucinda Klisz, Contract Specialist, Army Contracting Command - Warren (ACC-WRN) E-mail: lucinda.m.klisz.civ@mail.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »