Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2022 SAM #7558
SOURCES SOUGHT

R -- M1302 Semitrailer Contractor Logistics Support (CLS)

Notice Date
8/8/2022 8:12:16 AM
 
Notice Type
Sources Sought
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
PANDTA21P0000003051
 
Response Due
8/29/2022 2:00:00 PM
 
Point of Contact
Charlene D. West, Ebony D. Arnold
 
E-Mail Address
charlene.d.west.civ@army.mil, ebony.d.arnold.civ@mail.mil
(charlene.d.west.civ@army.mil, ebony.d.arnold.civ@mail.mil)
 
Description
Source Sought Notice M1302 Semitrailer Contractor Logistics Support (CLS) 1.� General Information:� Army Contracting Command � Detroit Arsenal (ACC-DTA) and Product Manager Heavy Tactical Vehicles (PdM HTV), referred to herein as the United States Government (USG), is issuing this Sources Sought Request for Information (RFI) notice as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for Contractor Logistics Support (CLS) on the Heavy Equipment Transporter System (HETS) M1302 Semitrailer. 2.� Performance Requirement:� The M1302 Semitrailer is an 8-axle (7 axles steerable) flatbed trailer rated by the USG to 85 short tons of payload and is used to carry the heaviest tracked vehicles in the US Army inventory. �The USG does not own the technical data package (TDP) for the M1302 Semitrailer.� Oshkosh Defense, the Original Equipment Manufacturer (OEM) owns the TDP. �The contractor would be required to provide one Field Service Representative (FSR) to three different locations in Europe. �The FSR will remain at the home station of the unit being supported and maintain the M1302 Semitrailers there. �The requirement is to maintain a total estimated quantity of 170 EA M1302 Semitrailers, geographically located as follows: 18 each are at Grafenwoehr, Germany; 18 each in Miesau, Germany; and up to 134 each at APS-2, Zutendaal, Belgium. �The FSRs shall perform maintenance tasks, as well as logistic planning, and execution of parts management for the semitrailer to facilitate scheduled and unscheduled maintenance tasks. �The FSRs would need knowledge of semitrailer operator training, scheduled maintenance, unscheduled maintenance, troubleshooting, removal, installation, replacement, and repair of components to satisfy contractor logistics support requirements. �The FSRs would ensure the M1302 Semitrailers are fully mission capable and perform inventory managements of the spare parts kits located at each of the three locations. 3.� Description of Intent:� This is a sources sought notice in support of a potential USG requirement intended to measure the level of industry interest, and capabilities for competing for potential USG contracts. Responses to this sources sought notice are not considered to be contractual offers and cannot be accepted by the USG to form a binding contract or agreement nor will any contracts or agreements be awarded from this announcement. �All information provided herein is for informational planning purposes only and does not constitute a pre-solicitation notice, Request for Proposal (RFP), or Invitation for Bid.� Information provided by the USG in regards to potential contracts or agreements, as presented in this, are subject to change. �Additionally, this inquiry does not bind the USG to solicit or award any contracts or agreements.� Participation is strictly voluntary, and responses shall be provided at no cost or obligation to the USG. �Responses to this sources sought notice will be used by the USG for informational and planning purposes only. �Data submitted to the USG will not be returned and will remain archived as part of historical USG records. �Participation, while important to USG acquisition planners, is neither mandatory nor a requisite for future participation by any contractor in any future announcements, requests for information or RFPs. 4.� Proprietary Information: �The USG acknowledges its obligations under 18 U.S.C. � 1905: �The Trade Secrets Act to protect confidential information provided to the USG. Pursuant to this statute, the USG is willing to accept proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: Data must be in writing and be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the USG is clearly notified regarding what data is proprietary. Mark as proprietary only data that is truly confidential and to which there is a legal property right. Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not mark data that is available to the USG or to the public without restriction from another source. Do not submit any classified data in response to this market survey. Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: �PROPRIETARY PORTION BEGINS� and �PROPRIETARY PORTION ENDS.� 5.� Disclaimer: �The USG is not responsible for the public disclosure of unmarked data received in response to this market survey. �Accordingly, the respondents shall ensure that technical data provided in response to this market survey shall be appropriately marked, as described in section 4 above, to ensure proper USG handling of the data. �Should the USG need to reproduce the protected data for distribution purposes between USG offices, all such data will be reproduced with restrictive legends in place. 6.� Questionnaire:� Offerors who can meet the requirements of this survey, have the potential capacity and capability to meet the requirements based on the information provided, and who would be interested in competing for any potential contracts, please take the time to respond to the questionnaire below. 7.� Submission Instructions:� Responses to this Sources Sought RFI, including any supporting information, shall be submitted electronically to the e-mail address shown below. For any submissions greater than 10 MB in size, send an e-mail notice to the point of contact below. The Contract Specialist will then issue a file drop-off request through the Department of Defense (DoD) Secure Access File Exchange (SAFE) (https://safe.apps.mil/). Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought RFI by 29 August 2022. All responses under this Sources Sought RFI shall be submitted to: Charlene D. West, Contract Specialist Email:� charlene.d.west.civ@army.mil �� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. INSTRUCTIONS FOR COMPLETING SURVEY: Please respond to every question. 1. The subject line or package must read �(Company Name) Response to M1302 Semitrailer CLS. 2.� Electronic file formats must be compatible with Microsoft Windows 10 software. 3. Number each response with the appropriate question number. 4. You do not have to repeat the question in your response. 5. If you cannot answer the question, please indicate �No Response.� 6. If a response will satisfy another question, state: �See response to question XX.� 7. Spell out any acronyms in their first instance. 8. Clearly mark any proprietary information. �If applicable the front page of your response package should state �Proprietary Information Contained.� �Provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this Sources Sought RFI. ADMINISTRATIVE INFORMATION: 1.� Company: � � � �a.� Company Name (and any former names): � � � �b.� Mailing Address: � � � �c.� Company Website: � � � �d.� Commercial and Government Entity Code (CAGE):� ���������������������� � � � �e.� Data Universal Numbering System (DUNS) Number: � � � �f.� Number of Years in Business: � � � �g.� Number of Employees:���������������������� Number of Contract Employees: � � � �h.� Business Type (Check all that apply): _____8(a) _____Minority Owned _____Disabled Veteran _____Small Business _____Hub Zone _____Small-Disadvantaged _____Large Business _____Women Owned � � i.� Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)? 2.� Point of Contact (POC) Responding to this Sources Sought RFI: � � a. Name: � � b. Title: � � c. Company Responsibility/Position: � � d. Telephone/Fax Numbers: � � e. E-mail address: 3.� Specific Questions: a.� Has your company previously performed scheduled and unscheduled maintenance for U.S. Army vehicles in the past? State the systems, age of the systems, when, and what work was performed. b.� Has your company previously performed scheduled and unscheduled maintenance for foreign military vehicles in the past? State the systems, age of the systems, when, and what work was performed. c.� Does your company have experience with obtaining the required clearances to allow personnel to be co-located with U.S. military personnel on U.S. military facilities? d.� What experience does your company have with maintaining and replenishing a repair stock of spare parts on a U.S. military installation? e.� The USG does not own the Technical Data Package (TDP) to the M1302 Semitrailer. How will your company obtain the necessary technical information to allow for maintenance of the M1302 Semitrailer? Does your company have a relationship with the M1302 Semitrailer OEM that would allow for efficient procurement of spare parts? The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336212.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/80c2a94ff43f4705aa1f32f056a28d2d/view)
 
Place of Performance
Address: MI 483975000, USA
Zip Code: 483975000
Country: USA
 
Record
SN06418539-F 20220810/220808230119 (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.