Search Contract Opportunities

Medium Mine Protective Vehicle Type II M1270 System Technical Support   2

ID: W56HZV-19-R-0139 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A REQUEST FOR INFORMATION ONLY AND IS NOT AN INVITATION FOR BIDS (IFB), A REQUEST FOR QUOTE (RFQ), A REQUEST FOR PROPOSAL (RFP), OR AN ANNOUNCEMENT OF A FORTHCOMING SOLICITATION. AS SUCH, YOUR RESPONSE IS NOT AN OFFER. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME AND RESPONDERS WILL NOT BE PLACED ON A SOLICITATION MAILING LIST. PROVIDING A RESPONSE TO THIS NOTICE IS COMPLETELY VOLUNTARY AND NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS REQUEST OR ANY FOLLOW-ON REQUESTS FOR INFORMATION. THE GOVERNMENT WILL NOT RANK SUBMITTALS OR PROVIDE ANY REPLY TO INTERESTED FIRMS.

The Army Contracting Command-Warren is issuing this request for information (RFI) announcement as part of a market survey to determine the level of interest among QUALIFIED small and large business contractors for providing System Technical Support (STS) for the Medium Mine Protected Vehicle (MMPV) Type II M1270 and associated enablers to include Objective Gunner Protection Kit (OGPK), Multi-functional Video Display (MVD), Interrogation Army (IA).

Under the pending effort, the contractor will be responsible for providing STS services for the MMPV Type II M1270 and associated enablers, consisting of tasks and efforts in the disciplines of:

a. Management and Administration
b. Engineering Support
c. Configuration Management
d. Technical Data Package Revision Services
e. Analysis of Field Problems
f. Software Support Equipment
g. Product Assurance and Quality
h. Logistics Management Information for Distribution
i. Technical Manual Development and Revisions
j. Modification Work Orders (MWOs)

Interested and qualified sources should provide the following:

1) A brief description of your company, including name of the organization, mailing address, website, Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) Number, and Tax ID Number.

2) Your organization's size category for each of the North American Industry Classification System (NAICS) codes provided below (Please visit http://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf for more information, if needed.)
NAICS Code(s): 541330
541420
541715

3) The business status of your company (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business, etc.)

4) A detailed capabilities statement stating your organization's capabilities in providing the same or similar item described in this notice. If the services of sub-tier vendors or subcontractors is utilized, those vendors or subcontractors must meet the criteria identified herein.

5) A detailed description of your organization's previous experience with providing STS services, particularly with respect to the same or similar item described in this notice (MMPV Type II M1270, associated enablers and military applications).

6) A detailed description of your company's experience with the same or similar item described in this notice (MMPV Type II M1270 and associated enablers), including usage, quantities, service, and if logistics data and Technical Manuals were included.

7) A list of previous contracts awarded by the Government for STS services and in relation to the same or similar items described in this notice (MMPV Type II M1270 and associated enablers).

8) The name, title, telephone number, and email address of the survey respondent. NOTE: The survey respondent should be an individual who is duly authorized to manage any/all technical issues and/or questions, and be an individual who is authorized to manage any/all contractual issues and/or questions.

9) A positive statement of interest to submit a proposal

Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 5:00 PM EST on 18 April 2019. Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be accomplished on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. No questions will be taken at this time. If and when a solicitation is posted, questions will be taken at that time and answered via a live Question and Answers Document.

The Government acknowledges its statutory and regulatory obligations under the Federal Acquisition Regulation (18 U.S.C. 1905) to protect confidential information provided to the Government. Pursuant to this statute, the Government is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this survey and to protect such information from unauthorized disclosure, subject to all of the following:

Qualifying data must be clearly marked TRADE SECRETS or PROPRIETARY and be accompanied by an explanatory text, stating the rationale to protect the information.

Only mark the data that is trade secrets truly proprietary.

Do not mark data that is already in the public domain or is already in possession of the Government or third parties on an unclassified basis.

Proprietary data transmitted electronically must have the TRADE SECRETS or 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 INFORMATION BEGINS" and "PROPRIETARY INFORMATION ENDS."

Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement to:

Chelsea Baillargeon
Contract Specialist
Telephone: (586) 282-0803
Email: Chelsea.v.baillargeon.civ@mail.mil

Overview

Response Deadline
April 26, 2019, 6:00 p.m. EDT Past Due
Posted
March 26, 2019, 6:53 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
69%
On 3/26/19 ACC Detroit issued Presolicitation W56HZV-19-R-0139 for Medium Mine Protective Vehicle Type II M1270 System Technical Support due 4/26/19. The opportunity was issued full & open with NAICS 541330 and PSC L.
Primary Contact
Title
None
Name
Chelsea V. Baillargeon   Profile
Phone
(586) 282-0803

Secondary Contact

Title
Contracting Officer
Name
Sara M Warren   Profile
Phone
(586) 282-3898

Documents

Posted documents for Presolicitation W56HZV-19-R-0139

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W56HZV-19-R-0139

Contract Awards

Prime contracts awarded through Presolicitation W56HZV-19-R-0139

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W56HZV-19-R-0139

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W56HZV-19-R-0139

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC WRN
FPDS Organization Code
2100-W56HZV
Source Organization Code
500045742
Last Updated
Aug. 30, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 30, 2019