Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

25 -- Joint Light Tactical Vehicle (JLTV) � Trailer (T) Pre-Solicitation Synopsis

Notice Date
12/18/2019 11:30:19 AM
 
Notice Type
Presolicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
0095-CAV111-01
 
Response Due
2/3/2020 1:30:00 PM
 
Archive Date
02/04/2020
 
Point of Contact
Salvatore Zombo, Phone: 5862823466, Christopher A. Valevich, Phone: 5862396029
 
E-Mail Address
salvatore.a.zombo.civ@mail.mil, christopher.a.valevich.civ@mail.mil
(salvatore.a.zombo.civ@mail.mil, christopher.a.valevich.civ@mail.mil)
 
Description
Joint Light Tactical Vehicle (JLTV) � Trailer (T) Pre-Solicitation Synopsis: (1) Action Code: Pre-Solicitation Notice ���������� (2) Date: 18 December 2019 ���������� (3) Year: 2019 ���������� (4) Contracting Office ZIP Code: 48045-4940 ���������� (5) Product or Service Code: 2355/2590 ���������� (6) Contracting Office Address: 43087 Lake Street N.E. Harrison Twp. MI 48045-4940 ���������� (7) Joint Light Tactical Vehicle Trailer JLTV-T ���������� (8) Proposed Solicitation Number: RFP Number 0095-CAV111-01 ���������� (9) Closing Response Date: 3 February 2020 ���������� (10) Contact Point or Contracting Officer: Salvatore Zombo (Contract Specialist) (586) 239-3466 & Christopher Valevich (Contracting Officer) (586) 239-6029 JLTV Trailer RFP Email: usarmy.detroit.acc.mbx.wrn-jltv-trailer-rfp@mail.mil ���������� (11) Solicitation Number: Letter RFP Number 0095-CAV111-01 ���������� (12) Line Item Number: The Line Item Number will be consistent with the numbering within the existing contract and detailed below: First CLIN digit represents the ordering period.�� 0 = Base Award, 1 = Option Period One, 2 = Option Period Two, through Option Period 8.� The only exception is �9� which represents data requirement CLINs that are not separately priced. Second CLIN digit represents a First Article Test CLIN or the service (Army or United States Marine Corps (USMC) the CLIN is supporting.� 0 = First Article Test CLINs, 1 = Army CLINs and 2 = USMC CLINs. Third and Forth CLIN digit represents the Major Scope Elements. 05 - Trailers ���������� (14) Description: See below ���������� (15) Set-aside Status: Not a Set-AsidePursuant to FAR 5.201, this announcement is a synopsis of Army Contracting Command-Warren's (ACC-WRN's) intent to award a sole source contract or contract modification(s) pursuant to FAR 6.302-1 to Oshkosh Defense LLC, of Oshkosh Wisconsin. ACC-WRN will procure an estimated quantity of 3,509 Joint Light Tactical Vehicle Trailers (JLTV-T). As authorized by FAR 6.302-1, procurement by other than full and open competition is necessary because the JLTV-T is the only system that can meet the payload and mobility characteristics as defined in section 5.2.27 of the JLTV FoV Capability Production Document (CPD) which states, �Companion Trailers - The JLTV FoV shall have a family of companion trailers capable of meeting similar mobility characteristics to the prime mover.� An award to a source other than Oshkosh for the JLTV-T would result in an unacceptable delay.� Delaying Soldiers and Marines ability to operate missions utilizing JLTV FoV capabilities, will reduce the options for commanders in the field, harm mission execution, and result in loss of life and disabling injuries as current operations have pushed the HMMWV far beyond its original purpose and capabilities.� Soldiers and Marines have already been compromised by not having JLTV�s increased capability, protection, and mobility and further delays will continue to compromise mission execution. It is estimated that an award to another contractor would take 35 months for technical data/software package validation, contract evaluation/award, tooling/supply chain lead time, supplier qualification and first article testing to get to a full rate production. The estimated quantities will fulfill requirements for various Department of Defense (DoD) customers from FY20 - FY22. ACC-WRN intends to award these requirements on a sole source basis to Oshkosh Defense LLC. The Government estimates it will order a maximum of 3,509 JLTV - Trailers for DoD requirements over the next three years. However, this is an estimate only, not a representation to an offeror or contractor that the estimated quantity will actually be required or ordered. All JLTV-T (Trailers) will be ordered pursuant to FAR 17.207 Exercise of Options. The NAICS code for this acquisition is 336212. The inspection/acceptance and FOB points are Origin. Although it is the Government's intent to solicit and negotiate with only one source as authorized by FAR 6.302-1, Oshkosh Defense LLC (Cage Code 75Q65), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. This is a pre-solicitation notice, otherwise known as a synopsis. The solicitation (Letter RFP) pertaining to this notice will not be available for a minimum of 15 days from the date of this notice. Contractors should not call the buyer or procuring contracting officer seeking a copy of the solicitation (or other data) as none will be available until the solicitation is issued. No hard copies of the solicitation will be issued. ���������� (16) National Stock Number (NSN): 2330-01-653-9745 ���������� (17) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see subpart� 9.2): Performance requirements are contained within the JLTV Purchase Description. ���������� (18) Manufacturer: Oshkosh Defense, LLC ���������� (19) Size, dimensions, or other form, fit or functional description: OPERATING DIMENSIONS: 4510mm (177.6 IN) L x 2438mm (96.0 IN) W x 1510mm (59.4 IN) H ���������� (20) Predominant material of manufacture: Steel and aluminum. ���������� (21) Quantity, including any options for additional quantities: 3,509 JLTV Trailers (JLTV-T) ���������� (22) Unit of issue: Each (EA) ���������� (23) Destination information: FOB Origin. ���������� (24) Delivery schedule:� The Government requires deliveries to begin no later than six months after award. ���������� (25) Duration of the contract period: Current date through 30 Nov 2023. ���������� (26) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter- ��������������� (i) A description of the procedures to be used in awarding the contract: A Letter RFP will be utilized for this action and the award may be under W56HZV15C0095. However, due to a Government contracting software limitation, relating to Accounting Classification Reference Numbers (ACRN), a continued contract may be issued pursuant to DFARS 204.16(c). For reference, the Procurement Instrument Identifier (PIID) in support of the anticipated continued contract is as follows: W56HZV20C0050. ��������������� (ii) The anticipated award date: 20 April 2020 ���������� (27) In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition: As previously stated, an award to a source other than Oshkosh for the JLTV-T would result in an unacceptable delay.� Delaying Soldiers and Marines ability to operate missions utilizing JLTV FoV capabilities, will reduce the options for commanders in the field, harm mission execution, and result in loss of life and disabling injuries as current operations have pushed the HMMWV far beyond its original purpose and capabilities.� Soldiers and Marines have already been compromised by not having JLTV�s increased capability, protection, and mobility and further delays will continue to compromise mission execution. It is estimated that an award to another contractor would take 35 months for technical data/software package validation, contract evaluation/award, tooling/supply chain lead time, supplier qualification and first article testing to get to a full rate production. �������������������� (28) If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically: The Letter RFP pertaining to this notice will not be available for a minimum of 15 days from the date of this notice.����
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea1754311c4147ab9bd523009ac79b66/view)
 
Place of Performance
Address: Oshkosh, WI 54902, USA
Zip Code: 54902
Country: USA
 
Record
SN05520397-F 20191220/191218230139 (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.