Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
MODIFICATION

99 -- Advanced Reconnaissance Vehicle (ARV) 30MM Gun Prototype Vehicle (ARV-30 PV) Sources Sought

Notice Date
11/17/2023 1:13:20 PM
 
Notice Type
Sources Sought
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-22-X-ARV4
 
Response Due
12/6/2023 1:00:00 PM
 
Archive Date
12/21/2023
 
Point of Contact
Allegra Steinberg, Melissa Brown
 
E-Mail Address
allegra.w.steinberg.civ@army.mil, melissa.c.baysbrown.civ@army.mil
(allegra.w.steinberg.civ@army.mil, melissa.c.baysbrown.civ@army.mil)
 
Description
1. PROGRAM: PROGRAM MANAGEMENT OFFICE LIGHT ARMORED VEHICLE (PM LAV) 2. SUBJECT: SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ON THE ADVANCED RECONNAISSANCE VEHICLE (ARV) 30MM GUN MISSION ROLE VARIANT (ARV-30) PROTOTYPE VEHICLE 3. DESCRIPTION AND BACKGROUND: The purpose of this Request for Information (RFI) is for the United States Government (USG) to determine the potential industry capabilities to produce an ARV-30 Prototype Vehicle (PV), which is compliant with the draft Performance Specification (PSPEC) attached to this notice (see Section 4 for instructions on how to obtain access to the draft PSPEC) and integrates a 30mm gun and turret. The ARV is a new, purpose-built combat vehicle system, mobile on land and water, and capable of service as the manned hub of a Robotic and Autonomous Systems (RAS) empowered team. ARV will employ transformational sensor, communications, and combat capabilities to collect and communicate information, while integrating robotics and artificial intelligence technologies into manned-unmanned teams. The ARV will enable a crew to sense the operating environment and convey that information using advanced on-board sensors and networked communications systems that are augmented by unmanned systems in order to detect, recognize, identify and report threats at extended ranges. The ARV will provide the Fleet Marine Force with the survivable, mobile, networked, and lethal platform optimized for naval transport and amphibious employment in the littoral operating environment. The United States Marine Corps (USMC) has already procured and tested base platforms for the ARV, which integrated the Command, Control, Communications and Computers Unmanned Aerial Systems (C4UAS) Mission Role Variant (MRV) package. The USMC is interested in an ARV-30 with the highest amount of commonality practicable with the various MRVs. Any information received in response to this RFI will be used by the USG to aid its current ARV-30 PV Acquisition Planning effort. Currently, the USG plans to obtain the prospective requirements identified within this RFI from industry that has the ability or capability to meet the USG�s requirements. Results of the RFI will inform the USG of industry ability to realize a platform that meets the provided draft PSPEC. Army Contracting Command-Detroit Arsenal (ACC-DTA) is, by way of this notice, attempting to identify sources who can design, manufacture, and support the Government Test of an ARV-30 PV. The maximum amount of funding for this effort is anticipated to be $17.5M per contracting action for up to two (2) awards. 4. INFORMATION SOUGHT: All responses must be Unclassified. Electronic responses are required in any of the following formats: Microsoft Word 2016 or earlier, or Adobe Acrobat. The document shall not exceed five (5) page limit. This page limit is not inclusive of any Statement of Work or supporting information. The maximum size of each e-mail message should be no more than ten (10) megabytes. You may use multiple e-mail messages. The subject line shall be �ARV-30 PV_1 RFI P SPEC Request.� Please allow three (3) business days after responses to a-c are provided for the Government to provide the draft ARV Performance Specification. Delays in requesting the draft ARV Performance Specification or providing adequate responses does not commit the Government to an extension of the Response Date designated in the announcement on SAM.� Recipients of the draft ARV Performance Specification are NOT authorized to share, distribute or otherwise make available this material to any other company or entity, even a supplier or partner, without explicit, written permission from the Government to do so. The procedures and requirements to obtain the draft ARV Performance Specification (PSPEC) v6.2 follow. Any requestor of the ARV Performance Specification, and related information, agrees to be bound by the requirements of DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. The requestor must demonstrate, using the guidance located at: https://www.acq.osd.mil/dpap/policy/policyvault/USA002829-17-DPAP.pdf that their systems, to include their Information Technology infrastructure, meets the requirements for the receipt and handling of CUI information. When submitting a request to obtain access to the draft ARV PSPEC, submit answers to the following questions and provide the below listed documentation: � � �a. Are you able to compete as a prime vendor for ARV-30?� Provide a narrative no longer than 1 page that includes examples of similar projects or programs (associated contract numbers) for which you performed as a prime vendor and provide a short narrative for each contract.� Similar project is defined as a land and water mobile combat vehicle. Copies of statements of work, attached to your response, would be preferred. In preparing this response, consider the ability of your company to meet a stringent timeline. Specifically, a Critical Design Review (CDR) compliant design is required to be delivered no later than eight (8) months after contract award and a delivery of an ARV-30 PV, is required to be delivered, for Government testing, no later than 16 months after contract award (which would be approximately eight (8) months after the CDR). Explain how your company would meet this schedule, if awarded a contract, with an anticipated Government Target Award Date of 3/1/2024.� � � �b. There are certain subsystems that must be integrated on the ARV-30 PV that are not exportable to any foreign country, even NATO allies. Considering this, address how systems that cannot be handled or provided to a foreign entity would be integrated into the system if primary production of the vehicle is not planned to be performed in the US. � � �c. Are you a US company?� After reviewing the draft ARV Performance Specification, please submit responses the questions below. If a question is not applicable, use N/A. � � �d. List all contracts your firm has had with the US Government in the last three years for the manufacture of combat vehicles with swim capability. Provide the contract number, Agency and Agency POC contact information for each contract. � � �e. What combat vehicle platform has your firm developed that meets all of the Tier 1 requirements of the provided draft ARV 30 PSPEC? Provide a narrative that articulates how this platform meets all Tier 1 requirements. � � �f. Provide a narrative that articulates how your proposed vehicle meets the remaining Tier 2, 3 and 4 PSPEC elements. � � �g. Provide a narrative listing the Tier 2, 3 and 4 PSPEC requirements that your vehicle does not meet. � � �h. Your response shall include any US Government, NATO or validated independent third-party test results conducted on the platform that will be proposed. � � �i. Describe your company, its primary business, and the number of years it has been involved with the manufacture of combat vehicles with swim capability. Provide the model and quantity of combat vehicles with swim capability sold, the date of sale, the customer and vehicles currently in service. � � �j. Provide a narrative as to how your proposed vehicle could integrate the 30MM gun and turret as described in the PSPEC to a CDR level of design with delivery of a compliant ARV-30 PV no later than 16 months after contract award. 5. RESPONSES: Response Format: All responses must be Unclassified. Electronic responses are required in any of the following formats: Microsoft Word 2016 or earlier, or Adobe Acrobat. The document shall not exceed ten (10) page limit. This page limit is not inclusive of any Statement of Work or supporting information. The maximum size of each e-mail message should be no more than ten (10) megabytes. You may use multiple e-mail messages. The subject line shall be �ARV-30 PV_1 RFI Responses.� All interested firms, that can perform to this effort, are encouraged to respond to this RFI. It is not necessary to respond to this RFI in order to be eligible for future awards. Responses shall be furnished to the USG no later than 4:00pm EST on the Response Date designated in the announcement on SAM. Responses received after this time may not be considered. Do not submit responses via SAM. Please submit electronic responses to this survey, as well as questions for clarification to Allegra Steinberg at allegra.w.steinberg.civ@army.mil: RESPONSES SHALL INCLUDE (if applicable): CAGE Code: Company Name: Facility Clearance: Provide Current DD-2345 (applicable to all): Facility Security Officer contact information: If a current FCL is not in place, provide the plan to obtain one no later than contract award. Mailing Address: Company Website: Location of Facilities: Point of Contact: Phone Number: Email: Company Business Size: 6. DISCLAIMER: This RFI Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the USG. This is not a solicitation for proposals, and shall not be construed as a commitment by the USG to purchase enhancements, hardware, or services for the ARV-30 PV. Responses in any form are not considered offers and the USG is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this RFI Notice is strictly voluntary. Since this is not a solicitation for proposals, respondents WILL NOT be notified regarding information obtained related to this RFI. Responses will not be returned nor will detailed feedback be made available. Proprietary Information. The USG acknowledges its obligations under the Federal Acquisition Regulation (FAR) and 18 United States Code (U.S.C.) �1905 to protect confidential information provided to the USG. Pursuant to this statute, the USG is willing to accept any trade secrets or 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 clearly marked PROPRIETARY and be accompanied by an explanatory text so that the USG is clearly notified on what data is proprietary. � Mark only data that is truly PROPRIETARY. � 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 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.� The USG is not responsible for the public disclosure of unmarked data received in response to this RFI. Accordingly, the respondent shall ensure that technical data provided in response to this RFI shall be appropriately marked (i.e. proprietary) 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 shall be reproduced with restrictive legends in place.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90742723036a4c33882fadba4ffa435b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06888597-F 20231119/231117230049 (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.