Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

23 -- Ground Mobility Vehicle (GMV) 1.1 with associated kits and supplementary support

Notice Date
12/17/2019 6:45:42 AM
 
Notice Type
Sources Sought
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621 USA
 
ZIP Code
33621
 
Solicitation Number
H92222-13-D-0013
 
Response Due
1/3/2020 2:00:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
Michael F. White, Andrew Jacobs
 
E-Mail Address
michael.white@socom.mil, andrew.jacobs@socom.mil
(michael.white@socom.mil, andrew.jacobs@socom.mil)
 
Description
1. This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. The purpose of this Sources Sought Announcement is to conduct market research and to gain awareness of any additional potential qualified sources interested and capable of performing the work. NAICS:� 336112 - Manufacturing complete light trucks and utility vehicles (i.e., body and chassis) or Manufacturing light truck and utility vehicle chassis only. Vehicles made include light duty vans, pick-up trucks, minivans, and sport utility vehicles. PSC:� 2355 Combat, Assault, and Tactical Vehicles, Wheeled. 2. The United States Special Operations Command (USSOCOM), Special Operation Forces (SOF), Acquisition Technology and Logistics (AT&L), Directorate of Procurement, intends to award a sole source contract under the authority of FAR 6.302-1 to General Dynamics Ordnance and Tactical Systems (GD-OTS) in St. Petersburg, FL. Only one responsible source and no other supplies or services will satisfy the Government's requirements to provide a Ground Mobility Vehicle (GMV) 1.1, which is a CH-47 internally transportable combat vehicle that can be employed during a wide range of lethal and non-lethal special operations missions. This vehicle currently achieves a low risk in system survivability, system level maturity, manufacture, supportability and life cycle cost. The required effort includes the associated Program and Data Management; Government Furnished Property; Meeting and Reviews; System Engineering; Open Architecture; Information Assurance; Producibility; Testing and Verification; Environment, Safety, and Occupational Health; Configuration Management; Engineering Drawings; Item Unique Identification; Diminishing Manufacturing Sources and Material Shortages; Integrated Logistics Support; Maintenance Planning; Supply Support; Power; Technical Publications; Support Equipment; Manpower, Personnel, and Training; Packaging, Handling, Storage and Transportation; Transportability; and Contractor Performance Measurement. 3. This requirement will provide one (1) year of additional production capability not to exceed a total of 75 vehicles, engineering changes based on testing, user input and other sources, more than eight (8) different vehicle configuration kits, system technical support, travel and transportation along with field representative support (FSR). This is not an all-inclusive list. Companies must have access, and the ability to perform work in a facility and with personnel cleared at the Secret classification level, at minimum. Companies shall have the capability to start full production on all requested items, no later than (NLT) 01 July 2020. 4. This notice does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by USSOCOM to issue a formal solicitation or ultimately award a contract. USSOCOM is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. All responsible sources may submit a capability statement or an exception to the Government�s intent to purchase on a sole source basis, which shall be considered by the Government if received within�seventeen (17) calendar days of this notice. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. 5. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Information may be viewed by our contractor support personnel.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b144515c472474fb9c6ddabb492db58/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05519736-F 20191219/191217230155 (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.