Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SPECIAL NOTICE

23 -- LVSR ECP Installation and Support Services

Notice Date
12/10/2019 8:28:41 AM
 
Notice Type
Special Notice
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
COMMANDER QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
M6785420I0023
 
Response Due
12/30/2019 11:00:00 AM
 
Archive Date
01/14/2020
 
Point of Contact
Todd D. Ingold, Phone: 7034324435, Mohamed Elmi, Phone: 7034325418
 
E-Mail Address
todd.ingold@usmc.mil, mohamed.elmi@usmc.mil
(todd.ingold@usmc.mil, mohamed.elmi@usmc.mil)
 
Description
THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. The program office within Program Executive Officer, Land Systems (PEO LS) Marine Corps for the Medium and Heavy Tactical Vehicles (PM M&HTV) intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract on a sole-source basis to Oshkosh Defense, LLC located at 2307 Oregon St, Oshkosh, Wisconsin 54902, for engineering, programmatic, technical and logistics support for the installation of approved Engineering Change Proposals (ECPs) and repair of Logistics Vehicle System Replacement (LVSR) components and systems. This effort is expected to be awarded in the second quarter of Fiscal Year 2020 with an approximate five-year ordering period. Specific support activities to be performed under the proposed contract include, but are not limited to: Establishing and maintaining additional repair services that include corrective maintenance and installation of ECPs through the use of Field Service Representatives (FSRs). Identification of corrective maintenance and ECP installation requirements during the Vehicle Induction Process conducted pursuant to the existing cab reconditioning and repair contract and throughout the LVSR cab reconditioning effort. Performing corrective maintenance on the LVSRs, which focus upon, but are not limited to, maintenance on the suspension, electrical, and hydraulic components. Installing ECPs on LVSRs, which have been approved but have not been previously installed. Providing qualified FSRs that are trained and certified to operate the LVSRs, perform corrective maintenance, and install ECPs on the LVSR Family of Vehicles.Oshkosh is the Original Equipment Manufacturer (OEM) of the LVSR Family of Vehicles (FoV) and is performing a cab reconditioning effort to address corrosion issues on non-conforming cabs. In order to leverage the cab reconditioning efforts currently under contract, it is efficient to have the additional efforts performed by Oshkosh. The vehicles will be in the possession of Oshkosh during the cab reconditioning process. The Government would incur a substantial duplication in cost to ship these vehicles to another vendor to have them perform these additional support services.Oshkosh has the requisite technical knowledge, facilities, capability and unique insight into the LVSR and is the source of supply for the majority of the components on the LVSR. Additionally, Oshkosh possesses the LVSR cab technical data package, including access to the limited rights technical data, and the requisite models necessary to efficiently install the ECPs and complete additional repairs without delays in providing safe and operational LVSRs back to the Government.THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii) "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". Unless stated herein, no additional information is available. Responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement within seven calendar days after the date of the publication of this synopsis. The Government will consider all information received by the response date. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government. All submissions shall become Government property and will not be returned. Contractors are advised that the Government will not pay for any information or administrative costs incurred in response to this notice of intent. The North American Industry Classification System code is 336111 - Automobile Manufacturing.GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed. This notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All responses to this notice shall be submitted to Mr. Todd Ingold at todd.ingold@usmc.mil and Mr. Mohamed Elmi at mohamed.elmi@usmc.mil. Please reference the announcement number on all correspondence. Telephone calls will not be honored.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a606ba7dd54f4ab682f4d08cb031c64c/view)
 
Place of Performance
Address: 60500, WI 54902, USA
Zip Code: 54902
Country: USA
 
Record
SN05512730-F 20191212/191210230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.