SOLICITATION NOTICE
K -- Abrams Integrated Logistics Services (AILS) Solicitation
- Notice Date
- 11/19/2025 11:43:17 AM
- Notice Type
- Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- W6QK ACC- DTA WARREN MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV24R0035
- Response Due
- 1/9/2026 9:00:00 AM
- Archive Date
- 11/19/2026
- Point of Contact
- Jaclyn Beach
- E-Mail Address
-
jaclyn.j.beach.civ@army.mil
(jaclyn.j.beach.civ@army.mil)
- Description
- U.S. Army TACOM Abrams ILS Fielding Support Service1.0 Description1.1 In Accordance With (IAW) FAR 5.2, the United States Government (USG) is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) effort. This new five-year, CPFF and FFP contract, will provide Field Service Representatives (FSR), Vehicle Maintenance, Modification Work Orders (MWO), Total Package Fielding (TPF) and De-processing, New Equipment Training (NET), Services and Sustainment Program Management to support the Abrams Family of Vehicles, Joint Assault Bridge, Assault Breacher Vehicle (ABV) including Foreign Military Sales (FMS) countries. 1.2 This notice does not commit the USG to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. All costs associated with responding to this notice will be solely at the responding partys expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. It is the responsibility of the interested parties to monitor the System for Award Management (SAM) (Sam.gov) site for additional information pertaining to this notice.1.3 Proposals are due 12:00pm ET, 9 January 2026 per the instructions described in the Solicitation.2.0 Questions All questions relating to this posting shall be submitted in writing only via email to the Army Contracting Command (ACC) point of contact (POC) Jaclyn Beach, Contracting Specialist, at Jaclyn.j.beach.civ@army.mil. The subject line on the email submissions for questions or requests for clarifications should read: Abrams ILS Solicitation. Absolutely no telephone calls will be accepted. Questions or requests for clarification shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is requested that all questions or requests for clarification be received by 3:00 pm ET 12 December 2025. The USG reserves the right to not address questions or requests for clarification. 3.0 Responses All electronic information provided in response to the solicitation must be provided in Microsoft (MS)Office Suite 2016 compatible or Adobe Acrobat Reader 11 compatible format or except as noted in instructions for individual volumes. For files in PDF format, scanners should be set to 200 dots per inch. The proposal shall not contain citations for, or active links to live Internet sites or pages. All information shall be contained within the electronic proposal. Any linked or referenced information that is not contained in the proposal will not be accepted. Do not embed files within files in the proposal. Unless otherwise specified, it is recommended that the proposal be formatted for 8.5 inch x 11 inch paper with a minimum font size of 10 pt. and with a minimum of 0.5 inch margins. Schedules, drawings and other documents more appropriate to larger size should be formatted for no larger than 8.5 inch x 14 inch dimensions. All submissions should include a title page with the following information:? Company or organization name and mailing address (City/State/Zip)? Company web page URL, if any? Point of Contact (name, title, phone number, and e-mail address)? CAGE Code and NAICS Code The submissions will be reviewed by USG representatives. All information provided will be adequately protected IAW the markings as described in section 4.0, below.4.0 Post Submission Guidelines Proprietary information shall be clearly marked. No classified documents may be included in your response. Please be advised all information submitted in response to this posting becomes the property of the USG and will not be returned. The USG is under no obligation to provide feedback to respondents with respect to any information submitted. There is no guarantee that any submission in response to this posting will result in a USG program. The USG may or may not use any responses to this as a basis for a subsequent project. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is, in fact, unable to maintain a mailing list. The burden is therefore on any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection of the proposal.5.0 Attachments5.1 The supporting documentation for this requirement consists of the following solicitation attachments, as referenced in Section J, Solicitation W56HZV-24-R-0035, and Government QA responses to the most recently released DRAFT RFP: 1. CSDR PLAN2. GOVERNMENT FURNISHED PROPERTY LIST3. RESOURCE DISTRIBUTION TABLE*4. ABRAMS FAMILY OF VEHICLES SECURITY CLASSIFICATION GUIDE*5. PROJECT MANAGER ABRAMS OPERATIONS SECURITY PLAN*6. NEW EQUIPMENT TRAINING CERTIFICATION STANDARD OPERATION PROCEDURES7. M1A1 SA TMS8. M1A2 SEPV2 TMS9. M1A2 SEPV3 TMS*10. TC 3-20.31 TRAINING AND QUALIFICATION, CREW*11. TC 3-20.31-1 GUNNERY SKILLS TEST*12. TC 3-20.31.-4 DIRECT FIRE ENGAGEMENT PROCESS13. TM 9-243 USE AND CARE OF HAND TOOLS AND MEASURING TOOLS*14. TM 9-1090-222-10 COMMON REMOTELY OPERATED WEAPON STATION LOW PROFILE (CROWS LP)15. GOVERNMENT FORMAT PRICING MODEL(GFPM)16. GOVERNMENT FORMAT PRICING MODEL - SUBCONTRACTORS (GFPM-SUBS)17. SMALL BUSINESS PARTICIPATION FACTOR WORKBOOK18. SMALL BUSINESS PARTICIPATION INSTRUCTIONS19. EXPERIENCE MATRIX20. DCAA PRE-AWARD SURVEY OF PROSPECTIVE CONTRACTOR ACCOUNTING SYSTEM CHECKLIST21. PERFORMANCE AND COST REPORT*22. FIELD SERVICE REPRESENTATIVE EXAM SOP 23. CERTIFICATION FORM24. ABV TMS 25. JAB TMS 26. USE OF EXISTING GOVERNMENT-FURNISHED PROPERTY 27. SCA WAGE DETERMINATION 202528. Solicitation W56HZV-24-R-003529. AILS DRAFT RFP QA Responses5.2 Attachments in Section J denoted with an asterisk have not been posted to PIEE due to distribution restrictions. Offeror requests for restricted attachment(s) must include (1) a comprehensive list of attachments being requested and (2) rationale supporting each documents request. The Government reserves the right to clarify rationales and determine if there is a valid need-to-know, in order to support such requests. Offerors must be registered as Active in SAM.GOV in order to receive these documents. If approved, documents will be sent via DoDSAFE. This solicitation and resulting contract incorporates attachments that contain Controlled Unclassified Information (CUI) whose distribution is restricted. Disseminate in accordance with provision of DoD Directive 5230.25 and DoD Instruction 2040.02. This applies to distribution of the CUI to all including the offeror, and all subcontractors, vendors, and sub-vendors of the offeror at every level. Requests must be sent via email to Contract Specialist Jaclyn Beach at Jaclyn.j.beach.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/de731885062f421689cf21a5c69b4e93/view)
- Record
- SN07646315-F 20251121/251119230035 (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 |