Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2016 FBO #5244
SOURCES SOUGHT

28 -- Repair of 2DR Engine for M88 - Tech Cert Checklist

Notice Date
3/31/2016
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-15-R-0251
 
Archive Date
5/6/2016
 
Point of Contact
Deborah L Roth, Phone: 5862827860, Lisa M. Behnke, Phone: 5862827148
 
E-Mail Address
deborah.l.roth6.civ@mail.mil, lisa.m.behnke.civ@mail.mil
(deborah.l.roth6.civ@mail.mil, lisa.m.behnke.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Tech Cert Checklist REQUEST FOR INFORMATION Program Executive Office - Ground Combat Systems (PEO-GCS) 1.0 Description 1.1 The United States Army Tank Automotive and Armaments Command (TACOM) in support of the Program Executive Office for Ground Combat Systems (PEO GCS), Project Director - Main Battle Tank Systems (PD MBTS) and the Product Director - Combat Recovery Systems (PD-CRS) is seeking information on contractors that possess the expertise and capabilities to overhaul (rebuild) and provide a Condition Code A (Like New) AVDS-1790-2DR diesel engine to the U.S. Government. The Government will supply condition Code F unserviceable access as cores for this program. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI and all costs associated with responding to this RFI will be solely at the interested party's expense. 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. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background The AVDS-1790-2DR engine is a 750 hp Super turbocharged Fuel Injected, 90-Degree "V" Type, Air-Cooled, 12-Cylinder Diesel Engine. The U.S. Army is currently seeking information from contractors that are interested in becoming a supplier of overhauled (rebuild) AVDS 1790-2DR engines as a supplement to the current engines supplied from Anniston Army Depot the Army's main source of engine overhauls. Data submitted in response to this RFI will not be returned. No solicitation document exists at this time, and calls requesting a solicitation will not be answered. 2.1 The potential acquisition, if awarded, will be a Firm Fixed Price/Cost plus Fixed Fee, the Firm Fixed Price portion will apply to the teardown/inspection. 2.2 Planned Engine Overhaul Quantity: 14 engines (minimum) / 88 engines (maximum) over a period of 5 years. 2.3 Delivery Period: Engines will be delivered at a rate of 2-3 per month beginning 60 days after contract award. 2.4 Security Requirements: N/A 3.0 Requested Information/Referenced Documents Please provide your company's background/experience in overhauling AVDS (Air cooled, V-engine Configuration Super turbocharged) diesel engines for the U.S. Army or any other U.S. Government agency. Please review and complete to the best of your knowledge the "Technical Certification Checklist" dated 15 February 2008 {Attachment 0001}. Please be advised that all potential offerors are not required to answer the following: Under (A) Facilities questions 7 thru 10, (C) Security (Work and Storage Areas) questions 4 and 5, and (D) Handling (Work and Storage Areas) questions 2, 4, 6, and 7, because of their inapplicability to this procurement. The U.S. Government may consider a technical site visit to confirm capability. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper and the completed check list which is stated in the above paragraph (Attachment 0001). 4.2 White papers must be compatible with Microsoft Office 2013 format are due no later than 21 APR 2016, 15:00 EST. Responses shall be limited to three pages for Section 2 and submitted hard copy only to: US Army Contracting Command Project Director- Main Battle Tank System (PD-MBTS) Attn: Ms. Laura Mason and Ms. Leslie Lewis SFAE-GCS-MBTS-MC, Mail Stop 506 6501 E. 11 Mile Road Warren, MI 48397-5000 The Government, sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration, since the respondents marking of data as "PROPRIETARY" will preclude disclosure to those support contractors assisting the evaluation effort. The Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors, consistent with the resources available. 4.3. Section 1 of the white paper shall provide the following administrative information: and shall include the following: 4.3.1 Administrative Information. 1. Company Name 2. Mailing Address and Website 3. Location of facilities 4. CAGE Code (if applicable) 5. North America Industry Classification System (NAICS) number 6. Business size and eligibility under USG socio-economic programs and preference* 7. Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)? *NOTE: Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://farsite.hill.af.mil/vffara.htm. 4.3.2 Person Responding to Questionnaire. 8. Name 9. Title 10. Company Responsibility 11. Telephone Number/Fax Number 12. E-Mail Address 5.0 Industry Discussions TACOM representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to Federal Business Opportunities (FedBizOpps) website ; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 21 APR 2016 15:00 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can overhaul (rebuild) and provide a Condition Code A (Like New) AVDS-1790-2DR diesel engine to the U.S. Government. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/61a8d0b1b430222a4612f350b379b552)
 
Record
SN04068488-W 20160402/160331234708-61a8d0b1b430222a4612f350b379b552 (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.