Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
SOURCES SOUGHT

99 -- Sustainment Support Services for the Amphibious Combat Vehicle (ACV) in support of Program Manager Advanced Amphibious Assault (PM AAA)

Notice Date
8/4/2025 1:15:39 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-25-I-0161
 
Response Due
9/11/2025 7:00:00 AM
 
Archive Date
09/26/2025
 
Point of Contact
Shanna Laging, Phone: 7037846655, Matthew Mercer, Phone: 7037846553
 
E-Mail Address
shanna.laging@usmc.mil, matthew.mercer@usmc.mil
(shanna.laging@usmc.mil, matthew.mercer@usmc.mil)
 
Description
Request for Information (RFI) / sources sought notice (SSN) Program Executive Officer - Land Systems (PEO LS) Program Manager Advanced Amphibious Assault (PM AAA) � Amphibious Combat Vehicle (ACV) Sustainment Support Services M67854-25-I-0161 04 AUG 2025 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 be used to create 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 respondent's submission to this RFI or the Government's use of any such information. The Government reserves the right to reject, in whole or in part, any respondent's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 1.0 Purpose: Data submitted in response to this RFI will be used to assess the marketplace environment to provide the United States Marine Corps (USMC) with the support described below. The Program Executive Officer Land Systems (PEO LS), Program Manager Advanced Amphibious Assault (PM AAA) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10, to determine the availability of qualified, experienced, and interested SMALL BUSINESS vendors, as defined in FAR Part 19. PEO LS seeks information from potential sources who can support the PM AAA Program with an efficient mix of personnel utilizing an effective combination of experience to provide an adaptable, flexible team structure that is best suited to accomplish and perform Sustainment Support Services for the Amphibious Combat Vehicles (ACVs) Family of Vehicles (FoVs). PEO LS� emphasis is on a potential vendor�s organization structure that maximizes productivity, efficiency, and accountability. A potential source would be required to execute a scope of work that provides for high quality, timely, and well-integrated sustainment support services. 2.0 Background Given ongoing ACV fielding efforts, PM AAA anticipates a requirement for Sustainment Support Services. The primary focus is to support tasks related to the fielding and sustainment of ACV, and associated variants, capable of providing support for: Provide program management, business, acquisition, logistics, engineering, costing, scheduling, and testing related activities to include acquisition policy and program documentation; program analysis; acquisition logistics management support; financial management; engineering; training support; and test support; Provide provisioning parts warehouse support in Camp Pendleton, CA; Camp Lejeune, NC; Okinawa, Japan; and Quantico, VA area; Provide support services to design, develop, validate, revise, and deliver Amphibious Vehicles technical publications using updated Government Furnished Information (GFI); and Provide field services support capabilities, with fielded Government Furnished Equipment (GFE). Capability shall consist of subject matter expertise for Field Service Representative (FSRs), Product Manager Support, Installers, and Equipment Specialist with in-depth knowledge of the ACV FoVs. 3.0 Request for Information PEO LS anticipates a requirement for a contractor to provide Sustainment Support Services for the AAV FoVs and ACV FoVs, as described below. This notice sets forth the basic requirements for interested parties who may possess the capabilities to provide the necessary support and services for the PM AAA sustainment efforts. The North American Industry Classification System (NAICS) code for this requirement is anticipated to be 541330, Engineering Services. The anticipated Period of Performance will consist of a base year (12 month) contract, and four one-year (12 month) option periods beginning in Fiscal Year 2027. All options may or may not be exercised. PEO LS anticipates that the work to be performed under this potential contract will involve access to some sensitive and classified information. The vendor will be required to have a Secret Facility Clearance and will require certain contractors to obtain and maintain classified access and eligibility. The vendor shall have a valid Secret Facility Clearance and a Space certified for Secret Safeguarding Level for both discussion and storage requirements prior to classified performance at the contractor�s facility. The Contractor would be responsible for providing ACV sustainment solutions under the management of PM AAA at the Marine Corps Systems Command, Quantico, Virginia, and various other locations as necessary, including, but not limited to: Albany, GA; Barstow, CA; Camp Pendleton, CA; Camp Lejeune, NC; Okinawa, Japan, and the contractor�s own facilities. The Government requires a vendor who can provide an adaptable, flexible team structure that is best suited to accomplishing both planned and emergent tasks. The successful vendor will be required to execute a scope of the work that provides for high quality, timely, and well-integrated support services by incorporating the proper labor category mix and demonstrating the most effective use of personnel. The contractor would potentially be tasked with some or all the following services/supplies: The ACV business, acquisition, logistics, engineering, and testing related requirements include: Conduct program management, logistics, test and evaluation, engineering analysis, costing, scheduling, and training support; Draft acquisition documentation; Prepare briefings and associated materials as required to support program tasks; Participate in program meetings to contribute and inform Government Program Manager decision making; Travel to Contractor sites, Government facilities, field activities, test facilities and ranges, and laboratories to gather information, conduct fact finding, and to monitor completion of Government assigned action items. Analyze and propose remediation plans for Diminishing Manufacturing Sources and Material Shortages (DMSMS) cases; Prepare responses to Defense Logistics Agency (DLA) 339s; Possess knowledge and expertise of DLA support systems and databases; and Possess knowledge and expertise of Global Combat Service Support � Marine Corps (GCSS-MC). The warehouse support services, the Contractor shall perform and complete: Verify delivered material (e.g., vehicle parts, shipping containers, SL-3, tools) or equipment against receiving documents/bill(s) of lading, note and report discrepancies and obvious damage; Route material to prescribed storage locations; Store, stack, or palletize material in accordance with prescribed storage methods; Manage and conduct inventory of stored material; Examine stored material and report deterioration and damage; Remove material from storage and prepare it for shipment or issue; Transport vehicle parts, SL-3, Tools using Contractor rented stake bed truck to various locations on Camp Pendleton, CA; Camp Lejeune, NC; and Okinawa, Japan; and Have or obtain a forklift license to operate forklift in support of warehouse duties, using Contractor owned or leased forklift (10K). For technical publication support services, the Contractor shall perform and complete: Provide Subject Matter Expertise (SME) to design, develop and revise Technical Publications in accordance with applicable development documentation to support PM AAA�s operation and sustainment support requirements. Design, develop and revise 2D and 3D models and multimedia content for Technical Publications. Develop and maintain all technical publications in accordance with United States Marine Corps (USMC) 2-Level of Maintenance (LOM) concept. Update or add catalog and provisioning data derived through publication verifications, approved engineering change proposals (ECP), and change requests. Incorporate design baseline to production baseline and postproduction engineering change proposals (ECP) into a sustainment baseline. This entails acceptance of current, yet incomplete, ACV operator and maintenance manuals and incorporate pending changes to baseline the manuals configurations and then maintain the configuration of those manuals. The capabilities in support of field services support shall perform and complete: ACV FoVs Tasks: ACV FoV system operation and repair, engineering drawing review and comment, technical manual review, vehicle inspection, failure analysis, and the repair and installation of ECP kits. New equipment and sustainment training for ACV FoV units, as required and directed by the Government. The Government will develop and provide the training materials for the FSRs to use with the unit Marines, as needed, and other formal training will be provided by the USMC, as needed. This requirement is not for formal training, but user familiarization (e.g., on-the-job training) as needed, as it specifically affects each vehicle and variant. Instruct Assault Amphibian units on the maintenance and repair of ACV FoVs. Conduct failure analysis and provide recommendations for component to system level failures of ACV FoVs. Perform ACV Common Remotely Operated Weapon Station (CROWS) and Command, Control, Communications, Computers and Intelligence operation and repair, engineering drawing review, technical manual review, equipment inspection, and failure analysis. PM AAA Product Management support tasks shall consist of, but are not limited to, the below efforts supporting the ACV FoVs: Capability to coordinate and support scheduling, facilitating, and handling of ACV FOV�s sustainment issues at multiple locations Provide ACV expertise in the areas of operations, maintenance, and training, coordinate all program communications and equipment issues. Ensure ACV vehicles are compliant with manuals, drawings, and established configurations and functionality meets expectations. PM AAA Installer tasks shall consist of, but are not limited to, the below efforts supporting the ACV FoVs: Perform ACV ECP installations, logging, and tracking. Possess requisite knowledge to conduct motor transport and ground ordnance vehicle inspection, repair, and maintenance. PM AAA Equipment Specialist tasks shall consist of, but are not limited to, the below efforts supporting ACV FoVs: Conduct data research and data mining efforts. Analyze and process Product Quality Deficiency Reports. Review and research engineering support requests from Defense Logistics Agency (DLA). Monitor, track, update, and archive information within all applicable logistics information system. Review engineering data for provisioning to ensure conformance to current GEIA-STD-0007, logistics product data requirements. Develop, review, or assess, and provide recommendations related to maintenance and sustainment operations. Process DLA Form 339, �Request for Engineering Support� The FSRs, Product Managers, and Installers may be required to work beyond an eight-hour day and occasional weekends. 4.0 Responses: Interested vendors possessing the requisite skills, resources, and capabilities necessary to perform the potential requirements are invited to respond to this RFI via submission of an executive summary of no more than 15 pages in length, to include the cover letter and contact information, on 8.5 x 11 inch paper, with 1 inch margins, using 12-point Times New Roman font, describing product summary, complete technical support capabilities, and training and support capabilities. All responses must include the following information: Company name, address, email, telephone number, point(s) of contact; Commercial and Government Entity (CAGE) Code and Unique Entity Identifier (UEI); Size of business and suggest North American Industrial Classification Systems (NAICS) code; State whether the Company has a Secret Facility Clearance and capability to safeguard Secret and/or Classified Information; State the potential small business subcontracting opportunities in regards to type of work for this requirement provided for by small businesses, the type of small business (small business (SB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women-owned small business (WOSB) concerns) involved, the significance of the effort to the requirement and the percentage of total potential effort being able to be provided to those types of small businesses; List of current contracts with Marine Corps Systems Command (MCSC) (if applicable); Relevant past performance with supporting DoD and/or Department of Navy acquisition program management offices (please identify the NAICS code the work was performed under; and the contract type [i.e. FFP, CPFF, T&M] used by the customer to acquire the cited work); Number of calendar days required to develop a responsive proposal; Identify any unique requirements to perform described work for PM AAA (e.g. on-site and off-site requirements, financing terms, and special equipment); Feedback on the Government�s acquisition approach. This RFI (M67854-25-I-0161) as well as, released RFI M67854-25-I-0152 for Logistics, Engineering, and Sustainment Support (LESS) Services; contain requirements for Field Support Representative (FSR) Services and Technical Publication Support Services. For clarification purposes, PM AAA has added both requirements to each RFI for market research purposes. Feedback for which requirements (FSR, Tech Pub or both) should be aligned; and Recommendations to improve the Marine Corps� approach to this requirement. Please do not submit proposals at this time. The Government is only seeking information for market research to determine the availability of qualified, experienced, and interested sources. Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis with ""Source Selection Information-See FAR 2.101 and 3.104"" indicated in the header and footer. 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. The Government will not acknowledge receipt of responses. Availability of any formal solicitation will be announced separately. Responses shall be received no later than 10:00 A.M. local time Quantico, VA, 11 September 2025. Responses shall be submitted electronically via e-mail or Department of Defense (DoD) Secure Access File Exchange (SAFE) and all attachments must be in Microsoft Office compatible format or searchable (non-scanned) PDF compatible format. Emailed submissions shall be submitted to the Contracting Officer, Shanna Laging at shanna.laging@usmc.mil and Contract Specialist, Matthew Mercer at matthew.mercer@usmc.mil, with the below subject line. �Company Name_RFI_Response_M6785425I0161_PM AAA SSS� Telephonic inquires or replies will not be entertained. 5.0 Questions: Questions regarding this announcement shall be submitted no later than 10:00 A.M. local time, Quantico, VA, 25 August 2025 and only in written format by e-mail to the Contracting Officer, Shanna Laging at shanna.laging@usmc.mil and Contract Specialist, Matthew Mercer at matthew.mercer@usmc.mil, with the below subject line. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. �Company Name_RFI_Questions_M6785425I0161_PM AAA SSS� The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed and the release of this RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5bbf060cb2543f3981feb2819a083f9/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN07535812-F 20250806/250804230052 (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.