Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2014 FBO #4765
SOURCES SOUGHT

J -- FSRs for MRAP Vehicles

Notice Date
12/9/2014
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-R-5501
 
Archive Date
1/13/2015
 
Point of Contact
Duane I. Coats, Phone: 7034322761, Carl V. Bradshaw, Phone: 7034322862
 
E-Mail Address
duane.coats1@usmc.mil, carl.bradshaw@usmc.mil
(duane.coats1@usmc.mil, carl.bradshaw@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Purpose This request is for planning purposes, and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote, or any other indication the Government will contract for the items contained in the RFI. The Government will not reimburse respondents for any cost(s) associated with submission of the information being requested. The purpose of this RFI is to receive feedback from industry regarding the following effort in support of market research. Information is also being requested to assess if mor than one supplier has the capability to meet the Government’s need and to research socioeconomic industry status. The Program Executive Officer (PEO) Land Systems, United States Marine Corps (USMC), is seeking interested sources capable of providing Field Service Representative (FSR) and Instructor support for the Mine Resistant and Ambush Protected (MRAP) Cougar Family of Vehicles (FoVs). The FSRs serve as MRAP Subject Matter Experts (SMEs) for maintenance, maintenance guidance, supply reports, On-the-Job Training (OJT), and logistics support. The FSRs shall be qualified and skilled in: • Instructions • Vehicle operations • Maintenance • Troubleshooting • Repair process (remove and replace Government Furnished Equipment (GFE)) • Preventive Maintenance Checks and Services (PMCS) • Warranty actions • Assist in the collection of Operator (Crew) and Intermediate (Field) Level Maintenance and vehicle usage data. The vendor shall be responsible for recruiting, hiring, and preparing prospective FSR candidates for deployment to support the MRAP Cougar FoVs. Background The MRAP vehicles are a family of armored vehicles that have been deployed to commands, various units, Explosive Ordnance Disposal (EOD), and Combat Engineer teams with survivable ground mobility platforms. MRAP vehicles are armored with a blast resistant underbody designed to protect the crew from mine blasts, fragmentary, and direct weapons fire. The MRAP FoV consists of different Categories (CAT), Cougar CAT I A1/A2, and CAT II A1/A2, CAT III Buffalo and All-Terrain Vehicle (M-ATV). • CAT I vehicles support operations in an urban environment and other restricted/confined spaces including: mounted patrols, reconnaissance, communications, and command and control missions. • CAT II vehicles provide a reconfigurable vehicle that is capable of supporting multi-mission operations such as convoy lead, troop transport, EOD, ambulance, and combat engineering. • CAT III Buffalo provides route clearance capabilities and personnel protection against Anti-Personnel and Anti-Tank mines. The vehicle has an extendable boom with an attached claw and a video camera which allows the operator to manipulate the claw to find and uncover conceal Improvised Explosive Devices (IEDs) with precision and operator standoff protection. • The M-ATV is to provide protected ground mobility. The M-ATV is capable of operating in a threat environment involving ambushes employing the use of mines, IEDs, Rocket Propelled Grenades, Explosively Formed Penetrators, and Small Arms Fire. It will support mounted patrols, reconnaissance, security, convoy protection, casualty evacuation, data interchange, and command-and-control functions. Submission Instructions and Format Interested firms are invited to respond to this Sources Sought Notice by providing the following information: (1) Name and address of applicant/company (Corporate/Principal Office) (2) Name, telephone number, fax number, and e-mail address of point of contact (3) General Service Administration (GSA) contract number (if applicable) (4) CAGE Code and DUNS Number (5) Business type (Small, Large, etc.) (6) White paper providing capabilities and relevant past performance. Please do not submit proposals at this time. The Government is only seeking sources/information for market research at this time to determine the availability of commercial capabilities in the described areas. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. The Government will not pay for any materials provided in response to this Sources Sought Notice or any follow-up information requests. Submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. It is the contractors responsibility to check Federal Business Opportunities to get additional data. Submission shall be no more than five (5) pages, excluding cover sheet, single-spaced, 8.5 x 11 paper, 1 inch margin, and no smaller than 12 point type and compatible with MS Office Word or Adobe PDF format. This RFI response should be submitted by email to Duane.Coats1@usmc.mil, not later than December 22, 2014 by 2 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-R-5501/listing.html)
 
Place of Performance
Address: 2200 Lester Street, Stafford, Virginia, VA, United States
 
Record
SN03591891-W 20141211/141209235300-3f88c47148fe0eab2a2fc2c703b4b291 (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.