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 -- Logistics, Engineering, and Sustainment Support (LESS) for the Amphibious Combat Vehicle (ACV) in support of Program Manager Advanced Amphibious Assault (PM AAA)

Notice Date
8/4/2025 1:15:16 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-0152
 
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) Logistics, Engineering, and Sustainment Support (LESS) M67854-25-I-0152 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 Logistics, Engineering, and Sustainment Support for the Assault Amphibious Vehicles (AAVs) Family of Vehicles (FoV), and the Amphibious Combat Vehicles (ACVs) FoV. PEO LS�s 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 AAV divestment efforts from the Marine Corps� vehicle inventory, and current ACV fielding efforts, PM AAA anticipates a requirement for Logistics, Engineering, and Sustainment Support to maintain both fleets for master configuration, proof of principle, and test and evaluation purposes to maintain operational effectiveness and support obsolescence and modernization efforts. 3.0 Request for Information PEO LS anticipates a sustainment requirement for the AAV FoV and ACV FoV, and additional future enhancements, 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 the work to be performed under this effort will involve access to sensitive and classified information. The vendor would be required to have a Secret Facility Clearance and would require certain contractors to obtain and maintain classified access and eligibility. The Contractor would be responsible for providing AAV and 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; 29 Palms, CA; Jacksonville FL; and, the contractor�s own facilities. The contractor would potentially be tasked with some or all the following services/supplies: Contribute to efforts assigned to PM AAA Project Officers and Integrated Product Teams (IPT) responsible for the prototyping, testing, and developing Engineering Change Proposal (ECP) driven modifications and improvements. Report, execute and monitor all cost, schedule, and performance activities related to ECPs. Possess knowledge and experience with Marine Corps Maintenance Procedures and I-Type publications associated with Technical Manual (TM) development, revisions, and modifications. Provide subject matter expertise to develop, revise or modify TMs associated with preventive and corrective maintenance, vehicle systems operation and repair, and ECP modification kits. Develop documentation for ECPs, including, but not limited to, work instructions, handbooks, process charts, checklists, drawings, models, and narratives. Develop data visualizations, reports, and briefs based off data interpretation. Additionally, perform Finite Element Analysis (FEA), modeling and simulations in support of design development and verifications. Technical expertise and ability to sustain, review and make recommendations regarding technical publications information in program Technical Manuals, Commercial Manuals, Stock-list 3 and Instruction Type Documents and Revise formatting, content, illustrations, and publication requirements templates for technical publications. Provide SME support directly to Assistant Program Managers-Logistics, Engineering, and IPTs across the Program Office. Provide expert technical advice and hands-on assistance in root cause analysis and correcting failures and problems by using CAD software, FEA, maintenance data systems, manual troubleshooting procedures, physical examination of vehicles, use of general and special purpose equipment, and other means typically used to isolate and correct failures to maintain the FoV�s nominal operational conditions. Provide effective and timely procurements of spare parts, consumables, material, test equipment, and supplies to ensure the sustained operational availability of the FoV and associated equipment and the kitting of such procurements. Provide Subject Matter Expertise (SME) Field Service Representatives at various locations to provide sustainment and maintenance support for Fleet Marine Force units, inspections, inventory, and review, install, and integrate ECP modifications and upgrades. Utilize CAD software and modelling and simulation techniques to support configuration management. Conduct reverse engineering of AAV and ACV FoV software and hardware by conducting technical audits and research, developing quantitative and qualitative data analysis, and compiling data builds. Develop, revise, troubleshoot, and test software to enable modernization of AAV and ACV FoV. Provide SMEs for the development, review, and maintenance of the AAV and ACV weapons arsenal, including, but not limited to, the Common Remotely Operated Weapon Station, and MK44 30 Millimeter Cannon. Proficient in the use of current IADS and MIL Standard 40051E (or current version) Provide SMEs for configuration status accounting and management. Provide field service support and expertise for Waterborne Egress Capability (WEC) (Self-Contained Breathing Apparatus). Coordinate transportation of ACVs and associated vehicle parts. Obtain ACV Operator licenses. PM AAA anticipates the Contractor will support approximately 15 ECPs during the base year and up to 15 ECPs during each option year, with an estimated breakdown of five (5) low-complexity, five (5) medium-complexity, and five (5) high-complexity ECPs per year, to be based on the labor mix, corresponding hours, and magnitude of the ECP. A generalization of the anticipated tasks associated with each ECP complexity are detailed below: Low-complexity ECPs involve documentation and writing efforts; Medium-complexity ECPs involves component level testing and physical implementation efforts; High-complexity ECPs involves prototyping efforts, component level testing, integration, and system level testing. 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 logistics, engineering, and sustainment 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); Data Right Assertions: The Government does anticipate development of technical data or software associated with these services which is focused on management and sustainment, if technical data or software were delivered to the Government the source for the development of all the technical data and software deliverables, including all components of same, would be Government funding under a contract effort, with the result that the Government will receive unlimited rights in all such deliverables. If this assumption is incorrect, please identify every deliverable or every component of every deliverable, that will come with an assertion of restriction; for this request for information, please follow the procedure and format for Assertions of Restrictions in DFARS 252.227-7017, which the Government will consider to be a notional Assertion. Indicate in this notional Assertion and any uncertain entries, and the basis of that uncertainty, that might change in a formal Assertion if a contract were awarded to the respondent; Feedback on the Government�s acquisition approach. PM AAA is considering utilizing an Indefinite Delivery Indefinite Quantity (IDIQ) contract type which allows for an indefinite quantity of supplies or services to be purchased over a fixed period. Considering its flexibility in both unknown quantities of future ECP requirements or when delivery schedules are not yet determined. Feedback on this approach or use of a different contract type; Feedback on the Government�s acquisition approach. This RFI (M67854-25-I-0152) as well as, released RFI M67854-25-I-0161 for Sustainment Support Services (SSS); 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 Feedback on the Government�s acquisition approach. Feeback on improvement of the ACV FoVs long-term sustainment and ECP approach or feedback regarding the potential requirements contained herein. 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_M67854525I0152_PM AAA LESS� 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_M6785425I0152_PM AAA LESS� This RFI does NOT constitute an RFP nor a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised the Government will not pay for any information or administrative costs incurred in response to this RFI. 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/864ef21f11e24f2491864c4111b0bc72/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN07535813-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.