Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOURCES SOUGHT

J -- Field Service Representative (FSR) Support Services for the Ground/Air Task-Oriented Radar (G/ATOR) Program Management Office (PMO) Owned Vehicles

Notice Date
5/5/2021 4:32:20 AM
 
Notice Type
Sources Sought
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-21-R-0050
 
Response Due
5/16/2021 2:00:00 PM
 
Archive Date
05/31/2021
 
Point of Contact
Matthew Jampol, Patsy D. Stefan
 
E-Mail Address
matthew.jampol@usmc.mil, patsy.d.stefan@usmc.mil
(matthew.jampol@usmc.mil, patsy.d.stefan@usmc.mil)
 
Description
NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS.� THIS IS A SOURCES SOUGHT NOTICE ONLY.� This Sources Sought Notice is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services.� The Government will NOT be responsible for any costs incurred in responding to this Sources Sought Notice or furnishing the requested information.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a Contractor�s submission of responses to this Sources Sought Notice or the Government's use of such information.� The Government reserves the right to reject, in whole or in part, any Contractor's input resulting from this Sources Sought Notice.� No contract will be awarded as a result of this announcement.� Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Introduction Program Manager Ground/Air Task-Oriented Radar (G/ATOR) is seeking to identify interested vendors capable of providing Field Service Representative (FSR) support services to operate, maintain, and properly integrate required Engineering Change Proposals (ECPs) to Program Management Office (PMO) owned Medium Tactical Vehicle Replacement (MTVR) vehicles to include Retrofit and Production variants. The FSR shall possess the ability to operate and maintain PMO owned High Mobility Multipurpose Wheeled Vehicles (HMMWV), to include Retrofit and Production variants, prior to the integration of the G/ATOR system and subsequent fielding to the Operational Forces. PM G/ATOR is seeking interested sources capable of performing the following tasks: The Contractor shall provide technical assistance, maintenance and repair support, and recommendations to key maintenance personnel with respect to vehicle maintenance, repair, and parts supply support. The service shall be provided by individuals trained and certified to perform vehicle operations, maintenance, repair, and parts supply support on all MTVR and HMMWV variants, to include Retrofit and Production variants. Requirements and tasks shall include: troubleshooting and repairing the MTVR and HMMWV; evaluating integration of required ECPs to G/ATOR PMO owned MTVRs to ensure ECPs will not degrade the structural or operational integrity of the base vehicle platform; installing ECPs �and inspections of Original Equipment Manufacturer (OEM) unique MTVR ECPs for which the Government has only Limited Technical Data Rights.; MTVR OEM factory engineering and technical support. This support shall include assistance with equipment integration issues with the G/ATOR system; access to the OEM�s specialized MTVR software programs; expediting parts procurement through access to MTVR OEM after-market services; equipping FSRs with common tools, with access to special tools as required, Technical Manuals (hard copy and Interactive Electronic Technical Manual (IETM )) as appropriate, and test equipment pertaining to the MTVR; holding all certifications (operator, basic and advanced maintainer training) required to perform maintenance and inspection of MTVRs; assisting the PMO and receiving operational units in conducting a joint limited technical inspection of the vehicle(s) during fielding of the G/ATOR system; performing Preventative Maintenance Checks and Services (PMCS), organizational maintenance, and field level maintenance on MTVRs and HMMWVs; removing and replacing windshields and windows, to include rear windows. performing electrical troubleshooting, A/C repairs and recharging, fire suppression system troubleshooting, and heavy manual labor; attaining and maintaining up to a Secret Clearance; being able to travel anywhere in the Continental United States (CONUS) to perform duties within 48 hours of notification by the Government; holding a CDL Class A license to operate and drive the MTVR and HMMWV with tow. The FSR may be required to work beyond an eight-hour day and occasionally on weekends. The anticipated period of performance will consist of a base year plus two option years, beginning in August 2021. 1.1 Purpose This Sources Sought Notice constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this Sources Sought Notice, in support of Program Executive Officer - Land Systems (PEO LS), to determine if more than one vendor has the capability to provide the support described within this notice. 1.2 Objective: Data submitted in response to this Sources Sought Notice will be used to assess the marketplace environment for business to provide the U.S. Marine Corps with the support described above. Requested Information: Vendors who are interested and possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this Sources Sought Notice. �All responses must include the following information: Company name, address, email, telephone number, point(s) of contact Commercial and Government Entity (CAGE) Code and DUNS number Size of business pursuant to North American Industrial Classification System (NAICS) code 811198, All Other Automotive Repair and Maintenance. White paper providing capabilities and relevant past performance.� When printed, White paper should be scaled to 8-1/2 x 11 inch paper, no more than 10 pages in length, using no less than 12-point font.� White paper should include a 1-page executive summary, a description of the services, and training and spare parts support capability.� Please be advised that any proprietary information, including Limited Rights technical data, must be marked as such on a page-by-page basis.� The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis.� Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this Sources Sought Notice is proprietary. Please do not submit proposals at this time.� The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas.� Acknowledgement of receipt will not be made.� Availability of any formal solicitation will be announced separately.� Submittals will not be returned to the sender.� Respondents will not be notified of the results of the evaluation.� It is the Contractor�s responsibility to check the Beta System for Award Management (Beta SAM) website at https://www.beta.sam.gov/ to get additional data. Responses shall be submitted via e-mail to Matthew Jampol, Matthew.Jampol@usmc.mil, and Patsy Stefan, patsy.d.stefan@usmc.mil, no later than 8:00 PM Eastern Time on 16�May 2021 with the subject line ""Sources Sought Notice - M67854-21-R-0050."" Telephone replies will not be accepted. Inquiries by telephone will not be accepted. This Sources Sought Notice does NOT constitute an RFP nor a promise to issue an RFP in the future.� This Sources Sought Notice does not commit the United States Government (USG) to contract for any supply or service.� Further, the USG is not seeking proposals at this time and will not accept unsolicited proposals.� Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this Sources Sought Notice.� The information provided in the Sources Sought Notice is subject to change and is not binding on the USG.� The USG has not made a commitment to procure any of the items discussed and the release of this Sources Sought Notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become USG property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b1fb5b2d7f9d4fb78de95ea8d87366ad/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN05993035-F 20210507/210505230119 (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.