Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
DOCUMENT

10 -- Performance Based Logistics (PBL) service in support of the Shoulder Launched Multipurpose Assault Weapon II (SMAW II). - Attachment

Notice Date
8/5/2011
 
Notice Type
Attachment
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
Solicitation Number
M6785411I1053
 
Response Due
9/7/2011
 
Archive Date
10/10/2011
 
Point of Contact
Leslie Inbody
 
E-Mail Address
.inbody@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). The intent is to identify market interest and solicit recommendations to select the best alternative for a full A future solicitation/contract may provide PBL support and management services for the SMAW II, component parts, and test sets, located worldwide. This is not a Request For Proposal (RFP), or an Invitation For Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Questions from concerned parties can be answered via e-mall correspondence to the point of contact. BACKGROUND: The SMAW II is considered critical mission-essential equipment used in U.S. Marine Infantry Battalions. It is material solution of the Follow On To SMAW (FOTS) concept and is a US Marine Corps Acquisition Category III (ACAT III) program. There is one SMAW II configuration. The SMAW II consists of a Launch Tube Assembly (LTA), Fire Control Assembly (FCA), Thermal Weapons Sight (TWS) and a Laser Range Finder (LRF). When the SMAW Gunner acquires a target, he uses the LRF to provide inputs into the FCA. The FCA produces a ballistic solution and moves the TWS sight reticle to the correct aiming point. The Gunner then aims back onto target and engages the enemy. The SMAW II is currently planned to be supported through the Organic Marine Corps Maintenance and Supply Chain. The Marine Corps uses a three level of maintenance concept; operator/crew, field, and sustainment (also known as depot maintenance). For the purpose of this RFI, the contractor should price out two distinct options. Option 1 consists of Operator/Crew level maintenance conducted by Marines. The contractor will conduct all maintenance and supply support down to the Field level at all USMC user locations (CONUS and OCONUS), vendor management and delivery of supplies and repair parts, and operation of a contractor Depot Maintenance Facility. Option 2 consists of all maintenance being conducted by Marines at the Operator/Crew and Field Sustainment levels. The contractor will be primarily responsible for direct vendor delivery of all supplies and repair parts, and operation of a contractor Depot Maintenance Facility. A pictorial representation of each approach is included as attachments. Under both options, the contractor should plan on no more than 250 items to stock, store and issue. Goals for the SMAW II PBL Initiative are: Operational Availability “ 85% with incentive paid when over 95% Customer Wait Time - Less than 96 hours CONUS, Less than 10 days OCONUS Mean Repair Turn Around Time “ Customer Wait Time + 48 Hours (or less) Spares and Supplies Fill Rate “ 100% The approved Marine Corps Approved Acquisition is 1768 SMAW II Launchers. Of the procurement objective, approximately 1250 are fielded to using units at any given time. The anticipated PBL contract will cover supply chain management of the SMAW II Launcher, and potentially the Boresighting Kit, engineering support, core Maintenance Depot capability, Packaging, Handing, Shipping and Transportation (PHS&T) and program management. Software sustainment will transition to the Marine Corps Program Management Team (PMT). Some collaboration/interface between the PBL contractor, OEM and the PMT will be required. This RFI is intended to provide a forum to identify opportunities to decrease SMAW II sustainment costs, improve SMAW II sustainment efficiency, and increase sustainment readiness for SMAW II customers. Disclaimer: This Market Research and RFI is for planning purposes only, and shall not be considered a RFP or IFB, an obligation from the U.S. Government (USG) to acquire any products or services, or an authorization to incur any cost in anticipation of such authorization. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue a RFP at some future date, another notice will be published. OBJECTIVE: This office will utilize a full service PBL contract implemented through a Public Private Partnership. The PBL team will consist of a Product Support Integrator (PSI) (responsible for integrating all sources of support defined within the scope of the PBL contract to achieve desired outcomes) and multiple Product Support Providers (PSP) (service providers involved in sustainment of an acquisition system). This office is searching for the best commercial source to serve as a Product Support Integrator. The overarching objective is to reduce cost without degrading system readiness and reliability for both peace and war time arenas. The USG contemplates issuing a solicitation under FAR Part 15 that may result in the award of a five-year Fixed Price Incentive contract. Estimated award date is NLT 1QTRFY13. RESPONSES: Responses will be a 2 step process. The first step is to inform the Government in writing (see SUBMISSION INFORMATION below), within 20 calendar days after the RFI release date, of interest in this PBL effort and submission of written questions to be answered within 1 week. The final step is the submission of a written response to this RFI no later than 30 days post solicitation date in NECO. Responses shall be limited to 15 one-sided pages. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2007 and PowerPoint 2007 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2007. If any of the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Responses should include, but is not limited to the following: (A)Company History: A one page history to include previous major products and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Governments consideration of the company as a prospective contractor for maintenance, supply support, engineering, field support, and other services including handling of the classified information up to SECRET. (B)Metrics: Suggest methods to create and maintain a metrics database, for monitoring and managing the performance of the contract. Also discuss how metrics can be used to support an incentive based contract award. (C)Additional Information: Provide a technical description of the modified Marine Corps Supply and Maintenance processes as envisioned by the contractor under Options 1 and 2 that would demonstrate a technical/logistics capability to support the SMAW II in the field. Knowledge of the hardware and software changes necessary to update the ballistic table for current and future changes. Ability to perform testing for performance verification test. (D)Surge Requirements: PBL support strategies under peacetime, contingencies, and war scenarios to include ramp-up and draw-down in response to surge requirements and the cessation of contingencies or war scenarios. (E)Cost: Vendor should provide a Rough Order of Magnitude (ROM) of its recommended PBL alternative for each Option and for each fiscal year of the contract (FY13 “ FY17). At a minimum, costs should be broken out at a level of detail that provides visibility into the following elements; labor, facilities, travel, ODCs. Identify any Government Furnished Equipment, Information, or Facilities that would, if available for contractor use, result in cost savings to the contract. Quantify those savings. (F)Logistics Information Interface: Demonstrate how the commercial maintenance/supply Total Asset Visibility system would interface with Global Combat Support System - Marine Corps (GCCS-MC) on an automated/non-interference basis. (G)Reduction of Total Ownership Costs (R-TOC): Summarize a concept for applying R-TOC throughout sustainment. SUBMISSION INFORMATION: Written interest in this RFI and written questions shall be submitted 15 calendar days or less after the RFI release date. Interested sources are requested to respond no later than 12:00pm EST on 07 September 2011 stating their CAGE Code, DUNS number, copy of GSA schedule (if appropriate), business size and socioeconomic status, and the complete contact information for a corporate point of contact. Responses must be submitted by mail or electronic mail. Hard copy responses, questions and interest to this RFI shall be submitted to: Program Manager, PG-13, Anti-Armor Systems, MARCORSYSCOM, ATTN: PMM-133L. Electronic copies of all interest, questions, and responses to this RFI shall be submitted via electronic mail to Leslie Inbody at leslie.inbody@usmc.mil and a courtesy copy to betty.cartis@usmc.mil at the Marine Corps Systems Command. Please reference M67854-11-I-1053 Performance Based Logistics (PBL) in the Subject Line when corresponding. ADDITIONAL INFORMATION: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this RFI. If a solicitation is released, it will be synopsized in the Navy Electronics Commerce Online website located at https://www.neco.navy.mil/ and the FedBizOpps at https://www.fbo.gov/. All information received in response to this RFI that is marked Propriety will be handled accordingly. Responses to the RFI will not be returned. The following contact information is provided: Email responses to: leslie.inbody@usmc.mil cc: betty.cartis@usmc.mil Mail responses to: Program Manager, PG-13 Anti-Armor Systems MARCORSYSCOM ATTN: PMM-133L 2200 Lester Street Quantico, VA 22134
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411I1053/listing.html)
 
Document(s)
Attachment
 
File Name: M6785411I1053_Option_1.pdf (https://www.neco.navy.mil/synopsis_file/M6785411I1053_Option_1.pdf)
Link: https://www.neco.navy.mil/synopsis_file/M6785411I1053_Option_1.pdf

 
File Name: M6785411I1053_Option_2.pdf (https://www.neco.navy.mil/synopsis_file/M6785411I1053_Option_2.pdf)
Link: https://www.neco.navy.mil/synopsis_file/M6785411I1053_Option_2.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: PM Anti-Armor Systems, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA
Zip Code: 22134
 
Record
SN02523633-W 20110807/110805234924-05985805c0b120b5d8116f8d63522090 (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.