Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2009 FBO #2903
SOURCES SOUGHT

25 -- SOURCES SOUGHT NOTICE - Combat Vehicle Track

Notice Date
11/3/2009
 
Notice Type
Sources Sought
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
2010-012
 
Response Due
11/30/2009
 
Archive Date
1/29/2010
 
Point of Contact
Competition Management Office, 000-000-0000
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(marketsurveys@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Combat Vehicle Track Market Survey 1. Market Survey Request. The TACOM Industrial Base Management Office is seeking to identify suppliers with the capability to supply all current combat vehicle track configurations. Conclusive requirements are not known at this time and may vary considerably. For the purposes of responding to this survey, please utilize approximately 160,000 track shoes per year as a basis. Note: The 160k track shoe number is assumed to be a mixture across all track configurations listed in item 5 of this survey. Suppliers of combat vehicle track are required to obtain inclusion on Qualified Products list (QPL) as detailed below in item #5. It is requested that respondents to this survey have a solution that is approximately both a Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of 4 when considering a response to the survey. TRL and MRL definitions are listed in the Interim Defense Acquisition Guidebook (TRL- chapter 10.5.2 and MRL-chapter 4.4.14.2) at the following website; https://acc.dau.mil/dag 2. Description of Intent. This market survey seeks to determine industrys current capability to provide combat vehicle track. If interested, furnish your response to the Combat Vehicle Track Market Survey per instructions contained in item 7. The Government does NOT wish to obtain any proprietary or otherwise protected documents as a result of this market survey. The Government may return such data or documents submitted that have proprietary or protected markings. This market research process is intended to obtain only currently available information about contractors capabilities. NOTE: The Government is not asking you to develop or provide drawings or develop any technical data in response to this market survey. 3. Disclaimer. This announcement will be used as sources sought/market research tool. 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, nor for the Government to pay for the information received. The purpose of this notice is to identify and establish initial interest and points of contact from industry. Participation in this market survey is strictly voluntary and the U.S. Government will not reimburse contractors for any costs 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 pursuant to FAR Part 5. Individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government to issue an order. This request for information is not a solicitation, and no award shall be made on the basis of 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. Contingent on funding becoming available, if a formal solicitation is generated at a later date, a solicitation notice will be published. The U.S. Government will in no way be bound to this information if any solicitation is issued. This information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Unless otherwise stated herein, no additional written information is available and no formal Request for Proposal (RFP) or other solicitation regarding this announcement is available; Requests for the same will be disregarded. If a solicitation is released, it will be synopsized at the FEDBIZOPPS home page and or TACOM-Warren Procurement Network (PRCNET). It is a potential offerors responsibility to monitor these sites for release of any solicitation or synopsis. Again, we prefer that your response does not include any proprietary data or business sensitive information. 4. General Information. Please note the Industrial Base Management Group intends to contact respondents in order to assist in the Government assessment of the combat vehicle track industrial base. The Governments explicit intent, in this request for information, is to NOT receive from respondents any proprietary data, trade secrets, business sensitive information, or information considered CONFIDENTIAL under 18 U.S.C. 1905. The Governments constraint does not in any way relieve contractors from their responsibility to properly mark proprietary data when it is provided, in accordance with DFARS 252.227-7013. Nor does it alleviate any requirement for the Government to protect marked data. The following guidance is provided for non-US citizens and non-US companies or US citizens representing non-US companies. Because the Technical Data Packages (TDPs) are subject to Export Control Laws, all Canadian respondents to this market survey are required to register with the United States/Canada Joint Certification Office through the Defense Logistics Information Service (DLIS), and provide a copy of their executed DD Form 2345 to the POCs listed below in item #6 before a copy of any TDP(s) are provided. Representatives of US companies who have subsidiaries in foreign countries expecting to participate will also be considered under foreign national rules. Note that information to be provided is subject to export controls. Please ensure a certified DD From 2345 is sent to the POCs listed below in item #6 It is mandatory to register with the Central Contractor Registration (CCR) Database. The CCR provides the DUNS (Data Universal Numbering System + 4 numbers) number and a companys CAGE (Commercial and Government Entity) code that will be required to conduct business with the Department of Defense. Copies of DD Form 2345 and request for copies of the TDPs shall be forwarded to the POCs listed below in item #6 Be advised that non-US companies may not be able to participate if access to data for any Combat Vehicle Track is classified as No Foreign. 5. Requirement Background. Future US Army combat vehicle track requirements are projected to be at less than historical levels. The Army needs to ensure that the capability is in place to meet the requirement for combat vehicle track at previous levels. The Industrial Base Management Group is interested in identifying suppliers with the capability to meet these needs. Specifically, the U.S. Army seeks to identify the capability to produce the following combat vehicle track shoe assemblies: Track configuration National Stock Number Required Surge Capacity T-158LL NSN 2530-01-435-5175 30 K / Month T-157i NSN 2530-01-442-9686 30 K / Month T-154 NSN 2530-01-346-9233 5 K / Month T-150 NSN 2530-01-496-4444 30 K / Month T-107 NSN 2530-00-692-9316 15 K / Month T-142 NSN 2530-00-150-5897 5 K / Month T-164 NSN 2530-01-234-1917 5 K / Month T-130 NSN 2530-00-078-2908 Not Required T-144 NSN 2530-00-730-7343 Not Required Suppliers of combat vehicle track are required to obtain inclusion on Qualified Products list (QPL) of products qualified under detail specification MIL-DTL-11891, TRACK SHOE SETS, TRACK SHOE ASSEMBLIES, TRACK SHOE PADS AND TRACK SHOE BUSHINGS,VEHICULAR: ELASTOMERIZED and or M1 Abrams drawings for vehicle track. Requirements and limitations are as follows: 1. Successfully complete testing IAW MIL-DTL-11891, Rev G *NOTE- All test article production and performance testing costs are potential suppliers responsibility. 2. Successfully complete testing IAW M1Abrams specifications and drawings. *NOTE- All test article production and performance testing costs are potential suppliers responsibility. The overall goal of this market survey is to identify companies with the capability to produce combat vehicle track. 6. Instructions for Responding to the market Survey Interested firms should respond to the following representatives of the TACOM Industrial Base Management Group. michael.buchin@us.army.mil john.matyas@us.army.mil Your responses will assist in assessing the state of the industrial base for combat vehicle track. A follow on questionnaire may be issued to respondents for more detailed information. Questions about this survey should be directed to the POCs listed above. Your cooperation in responding to this market survey is greatly appreciated. Deliverables for the survey should include the following at a minimum; " Business information, POC for follow up contact " Current product information, current industrial capabilities " Current and previous DoD contracts, Products previously/currently included on QPL-11981 7. Response Format. Email response to the Industrial Base Management Group representatives listed above in item #6 is required. Contractor format is acceptable. Please include Market Survey Response for Combat Vehicle Track in the subject line. Attachments must be provided in pdf. Format (5 Meg max). 8. Responses Due. Please respond to this survey no later than 30 Nov 2009, Again, the Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information solicited. With the exception of access to the testing requirements for meeting MIL-DTL-11891G (AT), potential requirement quantities, and surge capacities no further information is available from the industrial base management group. After the information requested is received, respondents may be contacted to obtain additional details that will further the industrial base management groups assessment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d63b4816abeb71d9abf981ac0e3d6825)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN01997327-W 20091105/091103235340-d63b4816abeb71d9abf981ac0e3d6825 (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.