Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOURCES SOUGHT

99 -- Rough Terrain Container Handler

Notice Date
11/27/2017
 
Notice Type
Sources Sought
 
NAICS
#333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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
RFI_SLEPFY18
 
Archive Date
12/18/2017
 
Point of Contact
Stefanie Conway, Phone: (703) 432-5776
 
E-Mail Address
stefanie.conway@usmc.mil
(stefanie.conway@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS FOR MARKET RESEARCH PURPOSES ONLY!!! NO SOLICITATION DOCUMENT EXISTS. Description Program Manager, Engineer Systems (PM ES), Marine Corps Systems Command (MARCORSYSCOM) is conducting market research for potential sources to conduct a service life extension program (SLEP) on the Marine Corps Rough Terrain Container Handler (RTCH-RT 240). The RTCH-RT 240 is designed to lift, move and stack 20 to 40 ft (6.10 to 12.19 m) by 8 ft (2.44 m) wide ISO containers. The RTCH-RT 240 has a lift capacity of 53,000 lb (24,040 kg) and operates on hard and/or unimproved surfaces including beach operations. Potentil offerors with the ability to restore each RTCH-RT 240 back to like new condition and make improvements that meet the requirements listed below, are requested, to provide information on their solution as a portable document file (PDF) file in memorandum format. The required system improvements and requirements: 1. Develop/provide upgrades to the seven electrical control units (ECUs) with a solution that will not become obsolete in the next 12 years and will allow for additional updates. 2. Improve fuel economy with updated ECUs without reducing Original Equipment Manufacturer's (OEM) performance of the machine. 3. Increase equipment safety features i.e. back up camera, engine and transmission controls, cab ergonomics etc. without reducing current OEM performance of the machine. 4. Inspect/test drivetrain components to include but not limited to engine, transmission, drive shafts, universal joints front and rear axles against OEM specifications and repair/replace or adjust components not meeting OEM specifications. 5. Inspect/test fuel system components to include but not limited to fuel pumps, tanks, lines, filtration systems, injectors, and all associated electronics against OEM specifications and repair/replace or adjust fuel system components that do not meet OEM specifications. 6. Inspect/test exhaust system components to include but not limited to pipes, muffler, exhaust manifold and turbocharger against OEM specifications and repair/replace or adjust exhaust system components that do not meet OEM specifications. 7. Inspect/test cooling system components to include but not limited to engine-mounted circulating pump, thermostat, oil cooler/aftercooler manifolds, radiator, engine mounted coolant filter, and hydraulically driven cooling fan against OEM specification and repair/replace or adjust cooling system components that do not meet OEM specifications. 8. Inspect/test electrical system components to include but not limited to batteries, alternator, wiring, switches, and NATO slave starting receptacle against OEM specifications and repair/replace or adjust electrical system components that do not meet OEM specifications. 9. Inspect/test steering system components to include but not limited to steering cylinders, electronic wheel position sensors, electronic control module, steering pump, emergency steering pump, hydraulic hoses, fittings, and wiring against OEM specifications and repair/replace or adjust steering system components that do not meet OEM specifications. 10. Inspect/test brake system components to include but not limited to front and rear drive axle housings, hydraulic circuit, service brake circuit, parking brake circuit, accumulators, hydraulic brake pedals, cylinders, brake disks, brake chambers, hydraulic lines, parking brake assemblies, springs and warning buzzers against OEM specifications and repair/replace or adjust brake system components that do not meet OEM specifications. 11. Inspect/test hydraulic system components to include but not limited to hydraulic pumps, power take off (PTO), valves, electro-hydraulic servos, filters, breathers, reservoirs, oil coolers, fans, hoses and wiring against OEM specifications and repair/replace or adjust hydraulic system components that do not meet OEM specifications. 12. Inspect/test cab system components to include but not limited to weather insulation, monitoring systems of both standard automotive features and container handling functions, adjustable steering column, adjustable suspension seat, heater, air conditioning, filtered ventilation system, knobs buttons switches and markings against OEM specifications and repair/replace or adjust cab system components that do not meet OEM specifications. 13. Inspect/test air conditioning system components to include but not limited to heater core, air conditioning evaporator coil, blower motor, control valves, air ducts, control switches, and refrigerant against OEM specifications and repair/replace or adjust air conditioning system components that do not meet OEM specifications. 14. Inspect/test electronic system components to include but not limited to electronic modules and CAN-BUS technology that assist in the operation of major systems such as engine, transmission shifting, steering mode, wheel position, safe working load control and any other function related to the electronic system against OEM specifications and repair/replace or adjust electronic system components not meeting OEM specifications. 15. Inspect/test lifting boom and top handler system components to include but not limited to boom, top handler, joystick, hydraulics and electrical components against OEM specifications and repair/replace lifting boom and top handler system components not meeting OEM specifications. 16. Replace seals that are worn, cracked, or leaking. 17. Replace hoses/lines, and bushings that are worn, cracked, dry rotted or corroded. 18. Replace batteries. 19. Replace all wearable surfaces such as clutches/clutch packs, brake linings etc. 20. Replace tires, to include bogle wheel tires. 21. Replace all fluids and filters. 22. Repaint the RTCH-RT 240 with a Chemical Agent Resistant Coating (CARC). The Marine Corps estimates to SLEP 117 systems. All work is expected to be done at the vendor's facilities. The Request for Proposal (RFP) is expected to be released in 4th Quarter Fiscal Year 2018. The contract is expected to be awarded in 2 nd Quarter Fiscal Year 2019. The contract is expected to be a 5-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. REQUEST FOR WRITTEN RESPONSES: No industry day is planned. Responses from interested vendors must be submitted in a PDF Document as an attachment via email to stefanie.conway@usmc.mil no later than 15 December 2017, 1300 Eastern Time Zone, for consideration. The following questions MUST be answered within this RFI: 1. Provide an estimated monthly production rate. 2. Provide the rough order of magnitude (ROM) 3. Provide a synopsis of the offeror's ability to manufacturer, overhaul and rebuild construction equipment. Cover page of RFI response should include the following: 1. Business Name 2. Business Size 3. Point of Contact Name 4. Business Address 5. Phone Number 6. Email Address Responses received after the suspense date and time, may not be entertained. Telephonic responses will not be entertained. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/RFI_SLEPFY18/listing.html)
 
Record
SN04749516-W 20171129/171127231143-156820d08367acb261341136dc335424 (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  © 1994-2020, Loren Data Corp.