Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

99 -- Medium Tactical Vehicle Replacement (MTVR) Resupply Vehicle (RSV) Conversion Procurement

Notice Date
6/27/2023 6:43:29 AM
 
Notice Type
Sources Sought
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-23-I-5416
 
Response Due
7/7/2023 11:00:00 AM
 
Archive Date
07/22/2023
 
Point of Contact
Tabitha K Waller, Antonio Sixon
 
E-Mail Address
tabitha.k.waller@usmc.mil, antonio.sixon@usmc.mil
(tabitha.k.waller@usmc.mil, antonio.sixon@usmc.mil)
 
Description
NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. �THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. �This RFI 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 RFI 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 RFI 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 RFI. �No contract will be awarded from this announcement. �Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1.0 Introduction: Marine Corps Systems Command (MARCORSYSCOM) United States Marine Corps (USMC) is seeking information to identify interested vendors that have the technical capability of converting up to ninety-five (95) Reducible and Non-Reducible Medium Tactical Vehicle Replacement (MTVR) cargo vehicles into Resupply Vehicles (RSV) to load and unload various emerging long-range fire capabilities. �The RSV is a fielded system under High Mobility Artillery Rocket System (HIMARS) RSV. The USMC determined that in lieu of procuring new RSVs, a conversion effort will be in the best interest of the Government. �The conversion effort will include modifying existing MTVR Extra Long Wheelbase (XLWB) non-reducible height (AMK27/28) or reducible height (AMK27A1/28A1) Armored Cargo vehicles into RSVs. �Similar efforts were awarded in 2010 under contract M67854-10-D-0215 and in 2019 under contract M67854-19-D-0032. The Government does not own and will not provide a technical data package for the existing RSV in support of this effort. MARCORSYSCOM is seeking interested sources capable of performing the following task: The Contractor shall convert, test, and deliver a minimum quantity of 65 and a maximum quantity of up to 95 MTVR XLWB non-reducible height (AMK27/28) or reducible height (AMK27A1/28A1) Armored Cargo vehicles (TAMCN D10637K and NSN 2320-01-553-0136) into an equal number of Condition Code �A� RSVs in the AMK37, or new AMK37A1 configuration.� MTVR vehicles will be provided as Government Furnished Property (GFP). The Contractor shall have extensive background in the production of ground tactical vehicle systems to include: Production operations Integration of Engineering Change Proposals (ECPs) Production Quality Management The Contractor shall describe their ability and timeframe to convert the first two (2) trucks for Government testing, as applicable. �The Contractor shall also describe their ability and timeframe to produce up to 95 RSVs after gaining Government approval. 1.1 Purpose: The purpose of this RFI is to conduct market research for commercial or non-commercial, broad-base, highly qualified vendors for conversion of the MTVR to an RSV in support of Program Manager Medium and Heavy Tactical Vehicles (PM MHTV).� This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. �MARCORSYSCOM is issuing this RFI to determine if more than one (1) vendor has the capability to provide the support described in Section 1.0 Introduction listed above. 1.2 Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for businesses to provide the USMC with the support described above. 2.0 Requested Information: Respondents who are interested are requested to provide the information that identifies their capability to execute the requirements in Section 1.0 Introduction listed above. 3.0 Responses: Businesses possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via an e-mail submission of an executive summary on 8 � x 11 in paper, no more than five (5) pages in length, using 12-point font. �All responses must include the following information: Name and address of applicant/company (Corporate/Principal Office) Name, telephone number, fax number, and e-mail address of point of contact General Service Administration (GSA) contract number (if applicable) CAGE Code and UEI Number Business Size (under NAICS 33621) White paper providing capabilities and relevant past performance. Please be advised that any proprietary information must be marked as such on a page-by-page and paragraph by paragraph basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is clearly marked. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI 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 responsibility of the Contractor to check SAM.gov for additional data. Responses shall be submitted via e-mail to tabitha.k.waller@usmc.mil no later than 2:00pm Eastern Standard Time (EST) on 30 June 2023. �Telephone replies will not be accepted. 3.1 Questions: Questions or comments regarding this notice may be addressed to Tabitha K Waller, tabitha.k.waller@usmc.mil, by email only. �No questions will be accepted after 16 June 2023, at 2:00pm EST. �The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to SAM.gov so that all interested parties will benefit from the same information. �It is industry�s responsibility to monitor the site for the release of any amendment to this announcement; however, if some of the answers to industry�s question include Controlled Unclassified Information (CUI), only vendors who have provided the Government with their U.S. Postal mailing address and valid CAGE code will be provided such information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2553fa21dee6453cbf9b48aa3b6f0db6/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN06730252-F 20230629/230627230050 (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.