SOURCES SOUGHT
25 -- SOURCES SOUGHT NOTICE: Double V-Hull A1 (DVHA1) Extended Tow Bar Delta Kits
- Notice Date
- 9/4/2024 12:11:44 PM
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- W6QK ACC- DTA WARREN MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W912CH24Q0095
- Response Due
- 10/4/2024 1:00:00 PM
- Archive Date
- 10/19/2024
- Point of Contact
- Ryan Heuchert, PEO GCS Mailbox
- E-Mail Address
-
ryan.k.heuchert.civ@army.mil, usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil
(ryan.k.heuchert.civ@army.mil, usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil)
- Description
- POTENTIAL REQUIREMENT: NOUN: DVH A1 Extended Tow Bar Delta Kits Part Number: LS1087483 Quantity: 36 EA NAICS Code: 336992 Noun: DVHA1 Extended Tow Bar Delta Kit DESCRIPTION/ CAPABILITY: The extended tow bar is used as an emergency asset to connect vehicles for a flat towing. The main components for the kits are brackets, bracket assembly, strap assembly, screws, and washers for use on: plates, brackets, washers, screws, grilles, installation instructions, wiring harness assembly, and a guard weldment, for use on the FoVs. QUESTIONNAIRE: Respondents that cannot answer all the questions in this notice need not respond.� Incomplete responses will not be reviewed. It is a requirement of this sources sought notice that potential responders be a United States (US) company and possess the means to properly store and work on information and hardware classified at the SECRET/No Foreign Nationals (NOFORN) level. Respondents must mark proprietary information in accordance with the Disclaimer portion of this notice.��� Data submitted in response to this will not be returned.� This is NOT a request to seek contractor interest in being placed on a solicitation mailing list. Respondents shall not be notified of the results of the sources sought or results of information submitted. Telephone or email inquiries will not be honored.� Please provide a response to the following questions: Cage Code- Company Name- Company Point of Contact (if applicable)- Mailing Address- Company Website- Location of Facilities- Point of Contact- Phone Number- Fax Number- Email- Company business size under NAICS code 336992 Status of Company in SAM.gov Is your firm currently capable of manufacturing the Extended Tow Bar Delta Kit Part No. LS1087483? If so, does your firm have experience in manufacturing similar end-items. Has your firm built the DVHA1 Extended Tow Bar Delta Kit, Part No. LS1087483, for a U.S. Government agency in the past? If so, please list the contract number(s) and agency(s). Describe your firm�s experience with production and/or upgrades of ground combat armored vehicles What is your firm�s experience with providing hardware to support DoD vehicles? Describe your facilities, tools and equipment that you use to build the DVH A1 Extended Tow Bar Delta Kit referenced in question number 2 above. If your existing production/upgrade lines will not be used for this effort, please specify where and in what facility (new construction, sub-contractor facility, etc.) the Extended Tow Bar Delta Kit would be made. Include descriptions of the facilities, tools and equipment that will be used. Please include timelines and milestones. What is your firm�s estimated Production Lead Time (PLT) after receipt of an order for a quantity of 20 EA, 30 EA, and/or 40 EA DVHA1 Extended Tow Bar Delta Kits? Please respond in calendar days.� Is your Organization/Facility ISO certified as it relates to quality management systems? If yes, what ISO #?� If not, what quality plan do you operate under? Describe your approach to in-house quality testing to include test facilities and fixtures. Does your firm have experience with First Article Testing (FAT)?� If so, please provide a summary of this experience. Describe your experience working with Defense Contract Management Agency (DCMA). Provide program names and contract numbers relating to this experience.� Include the functions DCMA participated in (contract management, quality assurance, test, acceptance, etc.). Describe your firm�s ability to conduct root cause analysis to determine failure modes and fault isolation when required. Based on your knowledge of the DVHA1 Extended Tow Bar Delta Kit, is 336992 an appropriate NAICS code? If not, what NAICS code is more appropriate for this requirement? RESPONSES: Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2013 or earlier or Adobe Acrobat. Font size no smaller than 12. Responses must include the question number associated with the applicable answer. Spell out acronyms in their first instance. Contractors must mark Proprietary information in accordance with the Disclaimer section of this notice. The sources sought response shall NOT exceed 20 pages.� Submittal will be in text format only. Do not send pictures, graphics, etc. All interested firms, regardless of size, are encouraged to respond to this request for information. It is not necessary to respond to this market survey to be eligible for future contract awards. Responses shall be furnished to the Government by 4/OCT/2024, 4:00PM Eastern Time.� Please submit electronic responses to this survey to Contract Specialist, Ryan Heuchert at ryan.k.heuchert.civ@army.mil and usarmy.detroit.peo-gcs.mbx.k2rwr-team-mailbox@army.mil DISCLAIMER: This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Stryker FoV. Responses in any form are not considered offers and the Government 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 Sources Sought Notice is strictly voluntary. Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.SAM.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations. The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the Government need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place. Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. �1905) to protect confidential information provided to the Government. 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 Government is clearly notified on what data is proprietary. Mark only data that is truly confidential. 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.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7ca282776fa479db04616ca7bc342c8/view)
- Place of Performance
- Address: Warren, MI, USA
- Country: USA
- Country: USA
- Record
- SN07198506-F 20240906/240904230123 (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 |