The RFP Database
New business relationships start here

Abrams Tank Systems Market Survey


Michigan, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Program Executive Office Ground Combat Systems (PEO GCS), Product Director Main Battle Tank Systems (MBTS) and Product Manager (PdM) Foreign Military Sales (FMS) are conducting a market survey to collect written information from industry to determine current market manufacturing capability to produce future Abrams M1A2 System Enhancement Program Version 3 (SEPv3) vehicles as well as multiple variants of FMS vehicles in the M1A1 and M1A2 configuration. This will be accomplished by the assembly and installation of legacy components and the production, procurement and installation of component kits.

In addition to the Abrams Tank power management system, we require the installation, verification and test of newly developed technologies.


Responding companies must provide evidence of their proven abilities to produce tracked ground combat vehicles.


GENERAL INFORMATION


The submission of information in response to this market survey is for planning purposes only, and is not to be construed as a commitment by the U.S. Government to procure any items/services described herein, or for the Government to pay for the information received.


Respondents that cannot answer all the market survey questions in this survey need not respond. Receipt of an incomplete market survey will not be reviewed.


It is a requirement of this survey that potential responders be a United States (US) company, and possesses the means to properly store and work on information and hardware classified at the SECRET level.


Participation in this market survey is strictly voluntary and the U.S. Government will not reimburse contractors for any cost incurred for their participation in this survey. All information is to be submitted at no cost or obligation to the Government.


This is NOT a pre-solicitation notice. This notice does not constitute an Invitation to Bid or Request for Proposal and is not to be construed as a solicitation, and no award shall be made on the basis of this notice. There is no formal solicitation available at this time, no solicitation will be issued against this notice, and this request for information does not obligate the Government to issue a solicitation.


Respondents to this market survey are specifically instructed to refrain from submitting any type of proprietary data, trade secrets, or other business sensitive information.


Data submitted in response to this market survey will not be returned. The market survey 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 survey or results of information submitted.


Telephone or email inquiries will not be honored.


INSTRUCTIONS FOR COMPLETING THE QUESTIONNAIRE


The survey response shall NOT exceed 50 pages. Submittal will be in text format only. Do not send pictures, graphics, etc.


• All questions must be addressed.
• Font size no smaller than 12.
• Responses must include the question number associated with the applicable answer.
• Spell out acronyms in their first instance.
• Do not reply with proprietary information.
• Electronic responses are required using AMRDEC Safe located at https://safe.amrdec.army.mil/safe/. Please title contractor response as "Market Survey Response for Abrams Modernization Program."


• Please include the following administrative information:
• Company Name
• Mailing Address
• Company web-site
• Location of facilities


Please send the Market Survey response via email to Ms. Mary Morin mary.b.morin4.civ@mail.mil, to Mr. Richard Clark, richard.a.clark3.civ@mail.mil, Mr. Ashis Patel, ashis.s.patel.civ@mail.mil, and Mr. Anthony Scalise, anthony.j.scalise.civ@mail.mil


No telephone responses will be accepted.


Responses are due no later than close of business on August 27, 2018.


MARKET SURVEY QUESTIONNAIRE


1) Describe your experience with production of Line Replacement Modules (LRMs), electronic boxes, display assemblies, and power distribution components.


2) Describe your experience integrating, installing and verifying functionality of communication systems hardware and battle command systems in ground combat vehicles. Please address the platform and complexity of the effort.


3) Describe your process and experience with Configuration Management with regards to direct fire ground combat vehicles. Please include how it addresses Engineering Change Proposals and contract modifications.


4) Describe your experience with installation and verification of vehicle health management (i.e. Diagnostics/Predictive Maintenance).


5) Does your company have experience installing and verifying performance of fire control systems for ground combat vehicles? Please provide specific examples of your experience related to primary sights, secondary sights, direct fire weapons, turret stabilization, weapon stabilization, laser technologies, fire control software, and electronic control boxes. Has your company developed any unique test equipment to complete the installation and checkout of the fire control hardware?


6) Please identify if you have a facility clearance and what level of classification you can process at your contract facility. Describe how your company handles Classified, Sensitive Compartmented Information (SCI), and Special Access Program (SAP) data and hardware. Response must include program title, contract number, facilities, materials, equipment, and personnel. Do not submit classified data in your response.


7) Describe your experience to build and test a ground combat tracked vehicle to the prime item specification. Include the weight class, quantity of systems and timeframes for which your experience applies.


8) Describe your facilities, tools and equipment that you use to build the system(s) referenced in question number 7 above. Please include facilities for storage of completed vehicles; shipping/receiving of vehicles and/or structures; and testing and verification capabilities for the automotive, fire control (primary sights, secondary sights, direct fire weapons, turret stabilization, weapon stabilization, laser technologies) NBC systems, and other electronic systems.


9) If you were to manufacture the Abrams M1A1 and M1A2 vehicles, please describe your company's ability to adapt existing facilities, tools, equipment, processes, or producing of hardware parts kits etc. for this purpose. Please include timeline and milestones.


10) If your existing production lines will not be used to build the Abrams M1A1 and M1A2 vehicles, please specify where and in what facility (new construction, sub-contractor facility, etc.) they would be made. Include descriptions of the facilities, tools and equipment that will be used. Please include timeline and milestones.


11) Describe your timeline on when you would be able to produce (DD250 off the production line) a completed Abrams M1A1 and M1A2 vehiclesfrom contract award. Include potential contract award dates for overall production contract, long lead material time frames, facilities prep, workforce hiring/training, etc.


12) Describe the skill set of the workforce that would be used to perform the Abrams M1A1 and M1A2 vehicles work; including technical, management and labor.


13) If you were to manufacture the Abrams M1A1 and M1A2 vehicles, describe how you would develop and qualify your manufacturing processes and build checklists for the vehicles to be produced against. Please include timeline and milestones.


14) Describe your manufacturing engineering capability in producing ground combat tracked vehicles, including subcomponents.


15) Describe your supply chain management system and experience in parts procurement for ground combat tracked vehicles.


16) Describe your material release/handling/tracking system at the production facility for Contractor Furnished Material (CFM) and Government Furnished Material (GFM).


17) Describe your experience and current capabilities to remove, replace and fabricate Rolled Homogeneous Armor (RHA), High Hard armor steel, mild steel plate and Titanium plate by cutting, welding or brazing. Please include vehicle platforms the work applied to and include material composition, material thickness and equipment required to accomplish the described work.


18) Describe your experience with Public Private Partnership (P3) agreements with ground combat tracked vehicles.


19) Is your Organization/Facility ISO certified as it relates to quality management systems? If yes, what ISO number? If not, what quality plan do you operate under? Please explain how it is utilized in relation to the vehicles in question number 1.


20) Describe your approach to in-house quality testing to include test facilities and fixtures.


21) Describe your experience working with the Defense Contract Management Agency (DCMA). Provide program names and contract numbers relating to the experience. Include the functions DCMA participated in (contract management, quality assurance, test, etc).


22) Describe your experience in handling/storing/accounting for encryption data devices/hardware.


23) Does your company have a Property Accountability System in accordance with FAR 52.245-1 to track Government Furnished Material (GFM)? If yes, describe how your company's Property Accountability System is in accordance with FAR 52.245-1 to track GFM.


24) Describe your company's capability to perform on a contract containing multiple hardware kits to support a vehicle production that has a period of performance of 12 months or less from date of award.


25) Describe your experience with producing or procuring hardware kits with varying lead times on the same government contract.


26) Describe your company's capability to track components and or hardware kits in inventory.27) Describe your company's capability to simultaneously produce tracked vehicle systems in various configurations.


27) Describe your company's capability to induct a seed vehicle and its processes to convert it to the requirements of a prime item specification.


Mary Morin, Contract Specialist, Phone 5862829978, Email mary.b.morin4.civ@mail.mil - Doris Hunter, Contract Specialist, Phone 5862826990, Email doris.j.hunter5.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP