Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
SOLICITATION NOTICE

R -- Joint Light Tactical Vehicle (JLTV) Affordability, Producibility and Readiness (APAR) assessment

Notice Date
10/25/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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
W56HZV-11-Q-0034
 
Response Due
10/31/2010
 
Archive Date
12/30/2010
 
Point of Contact
Jennifer Bishop, 586-282-5269
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(jenni.bishop@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army TACOM Contracting Center anticipates contracting on a sole source basis (Authority: 10 U.S.C 2304(C)(1), Only one responsible source) for commercial services with Munro & Associates, Inc. (Munro) in Troy, MI to support the Joint Light Tactical Vehicle (JLTV) Affordability, Producibility and Readiness (APAR) assessment and generation of requirement recommendations for the Engineering Manufacturing Demonstration phase (EMD) of the JLTV Family of Vehicles (FOV) program. Munro will support the JLTV APAR assessment and generate reports that provide requirement recommendations for the EMD Phase that require the contractors to build the complex JLTV vehicles and demonstrate how their manufacturing process will be at a required Manufacturing Readiness Level (MRL) at the end of the EMD phase. The contractor shall provide the following reports: Producibility Assessment Analysis, MRL Requirement Recommendations, Producibility Selection Criteria Recommendations, Training, Reverse Engineering, Vehicle Subsystem/System of System Teardowns, and Joint Analyses. In order to produce the listed reports, the contractor will: 1) Assess the JLTV Technology Development vehicles for overall deficiencies and opportunities by: a. Evaluating system(s) and identifying if the assembly, integration, architecture and designs reflect best practices in industry. Munro will provide to the Government a description of how the system(s) were evaluated. b. Provide requirement recommendations that reduce complexity and cost (including Operations & Support (O&S)) while improving reliability. 2) Analyze selected sub-area or sub-system of a common vehicle. 3)Recommend a method to evaluate progress using desired metrics that enable discernable, measureable, transparent comparative analysis. Market research indicated that only Munro has the APAR and MRL expertise required to perform these services. A Request for Proposal is anticipated to be released in November 2010. All responsible sources may submit a proposal which shall be considered by the agency. It is anticipated that this commercial service contract will be Fixed Priced Level-of-Effort procurement with a target award date of December 2010 and a six month period of performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/696775b12e09a1aeac9fa71df54e57ab)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02316438-W 20101027/101025234017-696775b12e09a1aeac9fa71df54e57ab (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.