Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOURCES SOUGHT

J -- SOURCES SOUGHT FOR DEVELOPMENT OF USMC ILS DATA IN SUPPORT OF LAV-MARINE PERSONNEL CARRIER (MPC)

Notice Date
7/25/2007
 
Notice Type
Sources Sought
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-07-R-0788
 
Response Due
8/27/2007
 
Archive Date
10/26/2007
 
Small Business Set-Aside
N/A
 
Description
25 Jul 07 SOURCES SOUGHT FOR DEVELOPMENT OF USMC ILS DATA IN SUPPORT OF LAV-MARINE PERSONNEL CARRIER (MPC) MARKET SURVEY DESCRIPTION MARKET SURVEY #LAV-_________________ DESCRIPTION OF INTENT: THIS IS A MARKET SURVEY REQUESTING INFORMATION IN SUPPORT OF A USMC LIGHT ARMORED VEHICLE POTENTIAL DEVELOPMENT OF ILS DATA IN SUPPORT OF A NEW USMC VEHICLE VARIANT. No contract will be awarded from this announcement. This is not a Request for Proposal (R FP), or an announcement of a forthcoming solicitation, nor is it a request seeking firms to be placed on a solicitation mailing list. Response to this survey is voluntary and no reimbursement will be made for any costs associated with providing informatio n, in response to this market survey, or, any follow-on information requests. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will be respectfully di sregarded. The Program OfficeLight Armored Vehicles of the U.S. Army Tankautomotive and Armaments is seeking information relative to companies who have the capability to develop USMC ILS products, as detailed below. Note, at this point in time, this information i s presently being sought for planning purposes, only. RESPONSES DUE: Responses to this market survey are requested by 1600 hours, 27 August, Thursday, 2007 RESPONSE FORMAT(S): ELECTRONIC. Electronic responses are preferred. It is requested that electronic responses be provided in any of the following format: Microsoft word, Microsoft Excel and Microsoft PowerPoint, Adobe Portable Document Format. The maximum size of each e-m ail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. The subject line must include message 1 of 3, 2 of 3, 3 of 3, etc., as well as [Organization Name] response to MARKET SURVEY #LAV-TBD____________ _. All interested entities (e.g. companies, non-profit organizations, and academia regardless of size, are encouraged to respond to this request for information. Partnering with other entities to collaborate and provide the maximum amount of capability f or this endeavor is encouraged. Please submit electronic responses to survey as well as industry questions for clarification to Mr. Carl Zink at: zinkc@us.army.mil All questions for clarification and responses to those questions will be posted to PROC-NET (contracting.tacom.army.mil/ssn /sources.htm) Market Survey #LAV-_______________ GENERAL INFORMATION. If appropriate, you may mark any document, or information submitted as proprietary. We appreciate your interest in this market investigation. At the time contract award, a Technical Data Package which is suitable for cataloging & provisioning requirements, would be Government Furnished Information (GFI) . ILS DATA: 1. Manpower & Personnel. Identify the quantity and skill level of military occupational specialities (MOSS) required to operate and maintain the system over its lifetime. 2. Maintenance Plan. Identify the impact of the new hardware relative to scheduled maintenance of the end item, i.e. PMCS, Lubrication Instruction. 3. IETM Publications, (Level 5), : develop and validate both narrative manuals, -10, -12, -20 , -34, to include SL-3, SL-4, and Depot Rebuild Standards. 4. Provisioning Data. Develop Engineering Data For Provisioning (EDFP) 5. Supply Support. a. Identify Long Lead Time Items (LLTI). LLTI is considered any item, having a combined ALT and PLT exceeding 180 days. b. Recommended Buy List (RBL). Identify those items which need to become items of supply. c. Initial Issue Parts. (IIP). Develop an IIP, which is a listing of essential repair parts, required to support the MPC fleet, for the initial two year period. 6. Support & Test equipment. a. TMDE Support Equipment. Identify all support and test equipment required to perform scheduled and unscheduled maintenance. Develop software required to perform on and off-vehicle diagnostics. b. Tools. Common & Special Tools (C&ST). Identify all C& ST required to perform scheduled and unscheduled maintenance. Our office would provide you with existing common tool sets. c. Calibration. Identify all tools requiring periodic calibration. 7. Training. a. New Equipment Training & Training for Instructors & Key Personnel. b. Program of Instructions for Operators & Maintenance personnel. c. Classroom Training Aids/training Devices. d. On-vehicle Embedded Training software 8. Depot. a. Identify Depot Maintenance Production Equipment (DMPE) required to perform depot level maintenance, i.e. slings, stands, and test equipment. b. Develop a depot level Inspect, Repair Only As Necessary (IROAN) Scope Of Work . 9. Computer Support Resources. Identify all software programs, and the impact on existing software programs, either on-vehicle, or required for support of the end item. 10. Packaging, Handling & Storage, & Transportation. (PHS& T) a. Packaging. b. Handling. c. Storage. Those items of supply, having a unit cost in excess of $5K will have a reusable storage container developed. 11. Transportation. Develop a transportability plan for the new end item. 12. Facilities. Inspect existing fleet maintenance facilities, two depots, two training school houses for the capability to support the new end item and sub components. Develop a facilities upgrade plan to support the maintenance, training, and depot over haul of the new end item, to include any weapons. 13. Disposal. Develop a disposal plan for hazardous materials. Identify any precious metals which are cost effective to recycle. 14. DeMilitarization Plan. Develop a plan for crewman to utilize when demilitarization of the end item and weapons is required. 15. Item Unique ID (IUID). Develop a plan to develop IUID location on those items of supply, having a unit price in excess of $5K. == 1
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN01352168-W 20070727/070725221930 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.