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 -- Sources Sought Notice-High Mobility Multipurpose Wheeled Vehicles (HMMWVs)

Notice Date
12/17/2019 7:25:30 AM
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-19-HMMWV
 
Response Due
1/2/2020 10:00:00 AM
 
Archive Date
01/17/2020
 
Point of Contact
Juanita Kaye Chamberlain, Phone: 586239-2715, Reymundo Moncayo, Phone: 586239-2958
 
E-Mail Address
juanita.k.chamberlain.civ@mail.mil, reymundo.moncayo.civ@mail.mil
(juanita.k.chamberlain.civ@mail.mil, reymundo.moncayo.civ@mail.mil)
 
Description
The Product Director Light Tactical Vehicles and Army Contracting Command - Warren (ACC-WRN) are issuing this sources sought notice as a means of conducting market research for a potential procurement of High Mobility Multipurpose Wheeled Vehicles (HMMWV) Expanded Capacity Vehicles (ECVs) that comply with Automotive Tank Purchase Description (ATPD) 2099E. �The HMMWV is the highly mobile, diesel-powered, four-wheel-drive vehicle that performs various special and multipurpose missions in combat, combat support, and combat service support for the U.S. Armed Forces and FMS customers.� Responses to this survey will be used to assist in planning for both new production HMMMWV ECVs and recapitalized (RECAP) HMMWV ECVs. THIS IS A REQUEST FOR INFORMATION. No contract is anticipated to be awarded from this announcement.� This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation.� Also, it is not a request seeking contractors interested in being placed on a solicitation mailing list.� Response to this questionnaire is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests.� No solicitation document exists at this time, and calls requesting a solicitation will not be answered. The five basic HMMWV ECV models are M997A3, M1151, M1152, M1165, and M1167: M1151 M1151A1 M1151A21B1 M1152 M1152A1 M1152A1B2 M1165 M1165A1 M1165A1B3 M1167 M997A3 The Government does not currently have a competitive Technical Data Package (TDP), which is required to manufacture HMMWV ECVs to the current configuration.� The HMMWV variants described above may include integrated armor kits, air conditioning, and Reliability Enhancement Vehicle (REV) components that improve engine cooling and vehicle suspension for increased vehicle reliability and performance. The NAICS code for this acquisition is 336992. For a RECAP program, a contractor may be required to execute a Public-Private Partnership agreement with Red River Army depot for the seed vehicle disassembly and body refurbishment work.� The refurbished body will then be sent to the contractor for production of a new HMMWV ECV variant rolling chassis, powertrain, B-kit armor, AIP, other new production components and final vehicle assembly. RECAP programs may require the conversion of seed vehicles to a different variant (e.g., M1151 seed converted to a M1167 RECAP vehicle, M1151 seed converted to an M1152 RECAP vehicles, etc.). All responsible sources may submit a capability statement which will be considered by the agency. The capability statement shall be emailed to Juanita.K.Chamberlain.civ@mail.mil. Responses to this notice must be received no later than 1:00 p.m., local time, Warren, MI, on 2 Jan 2020. Instructions to Potential Respondents: Companies that desire to participate in this sources sought are encouraged to submit a response which supports the company's claim that it presently has the technology, qualifications, experience, and capabilities to produce new HMMWV ECVs or recapitalize HMMWV ECVs to include production of a new HMMWV ECV rolling chassis that comply with Automotive Tank Purchase Description (ATPD) 2099E. The response should discuss the company's ability to adapt and/or provide existing technologies that have the required capabilities. Specifically, any interested companies are requested to provide the following information: (1) Name of Company (2) Business CAGE code (3) Point of contact and phone number (4) Size of Business according to North American Industry Classification System (NAICS) Code 336992. (5) Other suggested NAICS codes for this program and your size classification based on these codes. (6) A brief summary (no more than two pages) of your company's experience and past performance within the past 3 years as it relates vehicle production or recap programs. Each company experience (Government or commercial) should include (a) name of the project, (b) a brief description of the project, and (c) the relevance of the contract/project to the requirements in this notice. This is a Sources Sought Notice only and there currently is no solicitation relating to this effort. If interested, furnish your detailed responses to this market survey questionnaire.� Provide any supplemental information or commercial literature describing the human factors, engineering, safety, supportability, quality, cost, product availability or other information not specifically requested that support your response.� All information provided in response to this market survey shall be unclassified.� The Government does NOT wish to obtain any proprietary or otherwise protected documents resulting from this market survey.� The Government may return such data or documents submitted that have proprietary or protected markings.� The intent of this market research process is to obtain only commercially available information about contractor�s products.� All portions of this sources sought are merely for market research purposes, subject to change at any time, and are in no way binding on the Government. The information contained in this survey is not a basis to seek payment, reimbursement or other consideration from the Government.� Moreover, the intention of this survey is not to solicit any proposals from Industry. NOTE:� The Government is not asking you to develop or provide drawings or develop any technical data in response to this market survey.� Business Profile: 1.� What products/services does your company primarily manufacture?� Please list the names and/or identifying numbers of the specific vehicles you are describing in response to this questionnaire. 2.� How long has your company been in business? Past Performance:� 3.� What experience does your company have in light tactical vehicle production? 4.� Are your described light tactical vehicles bought and sold commercially?� If so, how many years have they been on the market? 5.� Please provide examples of light tactical vehicles sales to include customer and quantity information. Programmatic: 6.� Please provide a detailed explanation (including preferences) of the extent to which contract type/structure (i.e. multi-year contract, requirements contract with options, Indefinite- Delivery/Indefinite Quantity contract with options) and contract length (i.e., 1, 3 or 5 years) influence your interest in participating in an RFP for this requirement? 7.� Describe your company�s experience working with Defense Contract Management Agency (DCMA). 8.� Describe your company�s experience working with an Army Depot such as Red River Army Depot.� Has your company ever executed a Public Private Partnership (P3)? Production Capability: 9.� How long will it take from contract award to establish a vendor base, order hardware, manufacture and deliver the First Article Test light tactical vehicles that comply with ATPD 2099E? 10.� What is the production lead-time to deliver test vehicles that comply with ATPD 2099E after contract award? 11.� Describe any experience your company has presenting vehicles to the Government for First Article Test. 12.� Describe any experience your company has with routine Government Inspection and Acceptance procedures. 13.� Describe your company�s current facilities, assets and employee base.� With your current facilities and employee base, what is your estimate for maximum (surge) production rate for vehicles that comply with ATPD 2099E? 14.� Would a sub-contractor produce some or all of the vehicles?� Please elaborate. 15.� Has your company produced a light tactical vehicle that comply with ATPD 2099E (or similar) for either commercial or military application?� If so, for whom?� When? 16.� Has your company produced a vehicle that meets the requirements of an ATPD?� 17.� Has your company�s product been tested in accordance with any standardized test methods such as those from the American Society of Testing and Materials (ASTM) or the Society of Automotive Engineers (SAE)?� If yes, which tests were conducted?� When?� If not, has this vehicle been tested using an internal company standard?� If yes, please briefly describe the testing method(s) used and provide any details about the test results that your company would like to share. 18. Has your company ever worked with an Army depot to disassemble and refurbish specific components of a vehicle, then reassemble in a recap program? Engineering: 19.� Does your company have the capability to submit data/drawings via electronic/digital data media?� Can your company provide data through a web-based Advanced Collaborative Environment (ACE) such as FedBizOps?� If yes, what hardware and software do you use?�� �20.� What types of modeling and simulation data are available for the products you offer (i.e. CAD, dynamics model, etc.)?� What formats is this data available in? 21.� What is your process for implementing�engineering changes and drawing changes�into�production?� Does your company have experience/capability to use Creo Parametric software (formerly Pro/Engineering) software? 22.� What security clearances does your company have? 23.� Is your company capable of providing RAM-D data? Additional Comments: 24.� Please add any additional comments:
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1928e100dc884f8fb04b59502c25a2cf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05519737-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.