SOURCES SOUGHT
23 -- AFGHAN HMMWV OVERHAUL - List of attachments
- Notice Date
- 10/26/2016
- 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
- W56HZV16R0272
- Archive Date
- 12/1/2016
- Point of Contact
- James R. Jones, Phone: 5862823493
- E-Mail Address
-
james.r.jones3.civ@mail.mil
(james.r.jones3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- IROAN Requirements List of mandatory Replace Parts Photographs taken of the Kandahar facilities to give a more detailed situational awareness of the space and locations. MARKET SURVEY PRODUCT MANAGER ALLIED TACTICAL VEHICLES AFGHAN HMMWV OVERHAUL SECTION I 1. Product Manager Allied Tactical Vehicles (PdM ATV), located at the United States Army TACOM Life Cycle Management Command (LCMC) in Warren, Michigan, seeks to identify sources capable of standing up a High Mobility Multi-Purpose Wheeled Vehicle (HMMWV) Overhaul Program in Afghanistan. The purpose of the HMMWV Overhaul program is to defray the cost of purchasing new vehicles through a near zero mile/hour overhaul of HMMWVs for the Afghan National Defense Service Forces (ANDSF). Although multiple HMMWV configurations have been purchased over multiple years, the USG plans to reduce the number of HMMWV configurations to reduce complexity, logistics footprint, and improve maintenance standardization for the ANDSF. The end products of this program shall be HMMWV models M1151A1B1 with Fragmentation Kit Five (FK5), M1152A1B2 with Troop enclosure and with FK5, or M1152 with Ambulance Box; Burtek brand, non-U.S. ARMY, (depending on the inducted vehicle per the following table) compliant with the applicable Technical Data Package (TDP). Only HMMWV serial numbers 300000 and above will be inducted into the Overhaul Program. Receive: Overhaul/Recap To: M1151A1B1 M1151A1B1 w/ FK5 M1151A1B1 w/ FK5 Receive: Overhaul/Recap To: M1152A1B2 w/ Troop Enclosure M1152A1B2 w/ FK 5 and Troop Enclosure M1152A1B2 Cargo w/ FK5 M1152A1B2 w/ FK5 and Troop Enclosure Receive: Overhaul/Recap To: M1152 M1152 w/ Burtek Ambulance Box M1152 w/ Ambulance Box M1152A1 Cargo M1152A1B2 Cargo The U.S. Government (USG) will provide an estimated 1000 vehicles per year to the contractor for the HMMWV Overhaul Program. Upon completion, overhauled HMMWVs will be transferred to the USG for return to the ANDSF. The Government shall provide the facility of operation for the overhaul program, and the contractor will be responsible for setting up the production line, to include providing tooling and equipment, and operating the facility. See attachment 001 for an overview of the proposed Government provided facility. The Government may elect to utilize only a portion of the space identified in attachment 001 for the HMMWV Overhaul Program as needed. The USG is contemplating an acquisition that will include the use of Firm Fixed Price (FFP) and/or Cost Plus Incentive Fee (CPIF) type contract arrangements (ref. FAR 16.204 and 16.304). If awarded, the contract will have a five-year period of performance with a one-year base and option periods. The contractor shall procure and provide all parts necessary to provide overhauled vehicles. The output of this program is overhauled vehicles. The vehicle overhaul program shall include: a. Mandatory Replacement Parts (FFP): i. Major component replacement or overhaul, see attachment 002. ii. Replacement of all drive belts, bulk hose and filters as new b. Inspect and Repair Only As Necessary (IROAN) (CPIF): i. All components not designated for mandatory replacement shall be inspected for serviceability, see attachment 003. ii. All required repairs and mandatory maintenance tasks shall be performed IAW the Technical Manuals (TM), Technical Bulletins (TB) and Technical Data Package (TDP). 2. Market Survey Request. The USG seeks to determine industry's capability to provide the overhauled vehicles as detailed in section 1 of this document. Please provide any information or commercial literature describing your company's supply capabilities, manufacturing operations, safety, supply system supportability, quality, cost, availability or other information not specifically requested that you feel would be informative. This market research process is intended to obtain only non-proprietary available information about your company's capabilities. The USG does NOT wish to obtain any proprietary or otherwise protected documents as a result of this market survey. The USG may return data or documents that have proprietary or protected markings. 3. All portions of this market survey are merely for market research purposes, subject to change at any time, are in no way binding on the USG, and do not represent an established requirement. The attachments are furnished for information purposes only with the understanding that the USG is under no obligation of any kind to proceed with an acquisition in any way related to or based upon the information set forth herein. Nothing contained in this survey should be regarded as a basis upon which to seek payment, reimbursement or other consideration from the USG. Moreover, this market survey is not intended as a solicitation of offers or request for competitive proposals. 4. Response Format. Please submit electronic responses in any of the following formats: Microsoft Word 2013 or earlier, Microsoft Excel 2013 or earlier, Microsoft PowerPoint 2013 or earlier or Adobe Acrobat. The maximum size of each e-mail message should be no more than ten (10) megabytes. You may use multiple e-mail messages. The subject line must include the message number, (example: 1 of 3, 2 of 3, 3 of 3), and "[Company's Name] response to PdM ATV - Afghan HMMWV Overhaul Program." All interested companies, regardless of size, are encouraged to respond to this market survey. It is not necessary to respond to this market survey in order to be eligible for future contract awards. 5. Responses Due. Please submit electronic responses to this survey as well as questions for clarification to: James R. Jones III Contract Specialist 586-282-3493 james.r.jones3.civ@mail.mil Survey responses shall be furnished by 16 November 2016. 6. Market Survey Questionnaire. The questionnaire below is intended to provide a snapshot of your company's capabilities to provide the supplies outlined in paragraphs 1a-b. MARKET SURVEY QUESTIONNAIRE SECTION II Company Identification: Company Name: Mailing Address: Company Website: Location of Facilities: Point of Contact: Phone Number: Fax Number: Email: Business Profile: NAICS Code(s): Business Size: Socioeconomic Program (if any): 1. Provide a brief summary (no more than one (1) page) of your company profile. Past Performance: 2. What experience does your company have providing overhauled vehicles similar to those outlined above in section 1 of this document? Please describe if it was to the USG or another Government. Please state whether you were the prime or the subcontractor and provide the name of the requiring activity and contract number. 3. Does your company have experience deploying individuals, in support of USG contracts in Southwest Asia (SWA)? If yes, please describe and include number of personnel, locations and typical lead-time to get personnel into country. 4. Does your company have experience standing up a new production line or manufacturing operation for the USG or any other Government, for an effort similar to that outlined above in section 1 of this document? 5. Does your company have experience with overhauling major military vehicle components and if so has your company overhauled major military components to a Government provided standard (i.e. National Maintenance Work Requirement {NMWR} or TM)? If yes, please describe. Mission Capability: 6. Please indicate the length of time it would take to become initial operation capable (IOC) from contract award defined as completing the first overhauled vehicle in a Government Provided Facility (GFP), see attachment 001, assuming no Government Furnished Equipment (GFE) is provided? Describe the rationale for the timeline provided. Please provide a list of long lead-time items/parts along with the associated manufacturing lead time and estimated shipping time to theatre? 7. Please indicate the reasonable amount of space required to support the HMMWV Overhauled program plus component overhauls to optimize labor costs and meet production requirements (in accordance with attachment 001). Describe the rationale for the space allocated to perform the vehicle and component overhaul operations. 8. Do you anticipate using a labor mix between Expatriates (Ex Pats), Other Country Nationals (OCN), and Local Nationals (LN) to support the effort listed in Section 1? What would the percentages look like to optimize cost and quality taking into account life support costs for Ex Pats and OCNs living on base? Would there be any challenges to this approach? Please describe. 9. Do you foresee any issues procuring any particular HMMWV components necessary to perform this effort such as HMMWV Armor? Troop enclosure? Ambulance box? Have you procured these components previously? General: 10. Are there any other factors that your company believes would impact the ability of the USG to execute the services outlined above in section 1? If yes, please describe. 11. The Government contemplates utilizing performance incentives for the overhaul of HMMWV's outlined above in section 1. What would your company like to see incentivized by the USG? Please describe, and include any potential advantages or disadvantages, as well as any potential impediments to the use of performance incentives based on the intended scope. END OF QUESTIONNAIRE NOTE: The USG is not asking you to develop or provide any proprietary or sensitive information in response to this market survey. Companies responding to this survey are required to submit electronic responses in accordance with paragraph five (5) of Section I. Please send your survey questionnaire answers to: James R. Jones III Contract Specialist 586-282-3493 james.r.jones3.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fac31f1ea5bb20c36d2f8a8d1a5fb6f5)
- Place of Performance
- Address: Army Contracting Command - Warren, Bldg 231, 1st FL, 6501 E 11 Mile Rd, Warren, Michigan, 48397-5000, United States
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN04313847-W 20161028/161026234820-fac31f1ea5bb20c36d2f8a8d1a5fb6f5 (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 |