SOURCES SOUGHT
J -- J025 - Reconstitution of military vehicles (wheeled/tracked) and trailers, including receive, repair, paint, track, report and return to Government
- Notice Date
- 1/8/2004
- Notice Type
- Sources Sought
- Contracting Office
- ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
- ZIP Code
- 09096-0741
- Solicitation Number
- W912CM-04-MR01
- Response Due
- 12/31/2004
- Archive Date
- 3/1/2005
- Point of Contact
- Carmen Kaufmann, 001-49611816211
- E-Mail Address
-
Email your questions to ACA, Wiesbaden Contracting Center
(kaufmannc@rcc.wbn.usacce.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Wiesbaden Contracting Center is conducting market research to identify qualified sources for repair and reconstitution of tactical military vehicles and equipment (i.e. wheeled and tracked tactical vehicles and trailers) in Europe. The requireme nt may include picking up or receiving equipment; inspections, estimated costs of repair, determination of repair efforts; repair and maintenance of equipment; final inspection, and transportation to final destinations (within Europe). Interested parties should demonstrate, in writing, both capability and experience (including past performance information) in the repair of listed military vehicles. Interested parties should also demonstrate, in writing, that they can furnish the facilities, capacity, equi pment, materials, and skilled personnel, as well as a verifiable quality control program. The repair source should have the flexibility and knowledge to develop and provide alternate repair schemes and schedules as well as cost-effective solutions for ord ering parts and tracking parts ordered, received, and installed. THE GOVERNMENT OBJECTIVES INCLUDE A SOURCE S CAPABILITY AND CAPACITY TO RECEIVE, REPAIR, PAINT, TRACK AND REPORT, AND RETURN EQUIPMENT TO THE GOVERNMENT Receive. The firm should demonstrate the capability to receive equipment from European ports of entry and transport equipment, operational and/or non-operational, to its facilities for repair. Repair. The firm should demonstrate the capability to return the equipment to a fully mission capable status, in accordance with the equipment??????s Technical Manuals (See website https//www.logsa.army.mil/etms/welcom1.htm. Firms should demonstrate capa bility to perform one or more levels of maintenance (-30, -40, -50), and identify the firm s capacity and production rates at each level, assuming a short pre-production phase (firm-defined). The ability to perform all levels of maintenance for a given ty pe of equipment is not required. The ability to reconstitute all or most equipment listed is not required. Firms ARE expected to be capable of reconstituting all types of equipment within a listed series. Firms should demonstrate capability to repair some or all of the following equipment types i.e. M101, M105, M149, and M1000 trailers; M939-series (M923, M924, M925, M931, M932, M934, M935, M936) 5-ton trucks; M977-series HEMTTs (M978, M983, M984, M985) M998-series HMMWVs (M1038, MM1025, M1026, M996, M997, M1109, M1114); M1070 HET M1074 and M1075 PLS; M1-series Abrams tank; M2-series Bradley Fighting Vehicle; M3-series Cavalry Fighting Vehicle; M113-series APC; M577-series Command Post APC. Paint. The firm should demonstrate the capability to spot paint and/or repaint the equipment with Chemical Agent Resistant Coating (CARC) in accordance with applicable CARC painting Technical Manuals. Track and Report. The firm should demonstrate the capability to track and report the equipment reconstitution progress and provide timely, accurate information on equipment location, repair status, and estimated date of completion. Reporting should provid e visibility on equipment by type, by unit, down to battalion or separate company level, and by bumper number/serial number. The requirement may include a provision for electronic vehicle tracking systems or other means to ensure accountability of equipme nt. Return. The firm should demonstrate the capability to deliver reconstituted equipment to holding areas within Europe for final inspection and return to the Government. Interested parties must provide rough-order-of-magnitude estimates of the cost to perform the reconstitution effort, as well as estimated production rates and capability at each level of maintenance (-30, -40, -50). Estimates will be non-binding. This ann ouncement is a request for sourcing information and no contract will be awarded pursuant to this announcement. The requested information is for planning purposes and does not constitute a commitme nt, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this request for information marked or designated as corporate or proprietary inf ormation will be fully protected and held in strict confidence. Questions and responses to this notice should be provided in writing via electronic means to Ms. Carmen Kaufmann (Carmen.Kaufmann@rcc.wbn.usacce.army.mil) or Ms. Kathy Wooldridge (Kathy.Wooldr idge@rcc.wbn.usacce.army.mil). Responses to this notice may also be provided in writing to Commander, Wiesbaden Contracting Center, ATTN Master Contracts Team,CMR 410 Box 741, APO AE 09096 Or Commander, Wiesbaden Contracting Center, ATTN Master Contract s Team, Konrad Adenauer Ring 39,65187 Wiesbaden, Germany
- Place of Performance
- Address: ACA, Wiesbaden Contracting Center ATTN: AEUCC-C, CMR 410, Box 741 APO AE
- Zip Code: 09096-0741
- Country: EU
- Zip Code: 09096-0741
- Record
- SN00500675-W 20040110/040108212157 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |