Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOURCES SOUGHT

J -- Sources Sought for P-19R Aircraft Rescue Fire Fighting vehicle Depot Maintenance and NFPA 414 Upgrades - UNCLASSIFIED

Notice Date
5/22/2015
 
Notice Type
Sources Sought
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
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-I-0226
 
Archive Date
6/17/2015
 
Point of Contact
Albert H. Whitley, Phone: 7034329903, Vanessa Coleman, Phone: 703-432-3165
 
E-Mail Address
albert.whitley@usmc.mil, vanessa.coleman@usmc.mil
(albert.whitley@usmc.mil, vanessa.coleman@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
MCO 4790.21 - Depot Level Source of Repair Policy THIS IS A REQUEST FOR INFORMATION ONLY. There will be no solicitation issued at this time. This RFI is for market research purposes only. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. DESCRIPTION: The Program Executive Officer, Land Systems Marine Corps (PEO LS), Program Manager Medium and Heavy Tactical Vehicles (PM MHTV) is conducting a market survey in accordance with Marine Corps Order (MCO) 4790.21, Depot Level Source Of Repair (DLSOR) Policy to identify potential business sources that have the resources, capabilities, and experience for scheduled and unscheduled Depot maintenance of the P-19R Aircraft Rescue Fire Fighting vehicle, as well as upgrading P-19R vehicles to meet National Fire Protection Association (NFPA) 414 standards. Depot level maintenance includes the repair, fabrication, manufacture, rebuilding, assembly overhaul, modification, refurbishment, rebuilding, test, analysis, repair-process design, in-service engineering, upgrade, painting and disposal of parts, assemblies, subassemblies, software, components, or end items that require shop facilities, tooling, support equipment, and/or personnel of higher technical skills, or processes beyond the organizational level capability. Interested businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought notice. All costs associated with responding to this RFI will be solely at the interested party's expense. Any information submitted by respondents to this Request for Information is strictly voluntary. This notice does not constitute a solicitation for bid or proposals and is not to be construed as a commitment by the Government. Further, the Marine Corps is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. SUBMISSION CONTENT: Written responses are requested to be no more than 5 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: A company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. other than small business, small business, small disadvantaged business, service disabled veteran owned small business, veteran owned small business, HUB Zone business, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. SUBMISSION INFORMATION: Interested offerors shall respond to no later than 10:00 AM (Eastern) on 02 June 2015. RESPONSES TO THIS REQUEST FOR INFORMATION. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: Email: albert.whitley@usmc.mil vanessa.coleman@usmc.mil Please note that telephone replies will not be accepted. Respondents may be contacted after the Sources Sought/Request for Information period has ended. Respondents may be surveyed to verify and compare the capabilities and capacities necessary to meet program requirements. Respondents should provide high level supporting information regarding: - The ability to perform and availability of resources (i.e., facilities, tools, test equipment, drawing technical publications, trained personnel, engineering support, and spare parts); - The space, facilities, and resources (both human and equipment) to accommodate the amount of workload required to support both peacetime and surge operations; - Relevant past performance, including indicators such as: quality, timeliness, schedule, cost, operational effectiveness, and suitability; and - The potential value of this workload to individual respondents, as compared to current workloads, and over the lifetime of the equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-I-0226/listing.html)
 
Record
SN03741349-W 20150524/150522235141-0d17a186dc959d5c0853c74f26f8ae17 (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.