The RFP Database
New business relationships start here

MARKET RESEARCH FOR THE STRYKER FAMILY OF VEHICLES IN THE AREA OF ENGINE, CHASSIS, ELECTRICAL POWER, & IN-VEHICLE NETWORK ENGINEERING CHANGE PROPOSAL (ECP) UPGRADES TO THE DOUBLE V HULL CHASSIS.


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

1. PROGRAM: PROJECT MANAGEMENT OFFICE STRYKER BRIGADE COMBAT TEAM (PMO SBCT)

2. SUBJECT: MARKET RESEARCH FOR THE STRYKER FAMILY OF VEHICLES (FoV) IN THE AREA OF ENGINE, CHASSIS, ELECTRICAL POWER, AND IN-VEHICLE NETWORK ENGINEERING CHANGE PROPOSAL (ECP) UPGRADES TO THE DOUBLE V HULL (DVH) CHASSIS.


3. DESCRIPTION AND BACKGROUND: The purpose of this sources sought is to determine the potential market capabilities to perform the follow-on Stryker vehicle upgrades that were designed during the Stryker ECP 1 program under the below referenced ECP 1 development contract and incorporated into production under the FY16-18 Stryker Requirements Contract. General Dynamics Land Systems (GDLS) is currently performing under both contracts. These upgrades include engine/Powerpack improvements, chassis modifications to optimize the driveline, electrical power upgrades, and in-vehicle network updates.


It is anticipated that the United States Government (USG) will award a follow-on production contract for its ECP 1 upgrade requirements for FY19-24. Any information received in response to this survey will be used by the Government to aid its current FY19-24 Stryker Acquisition Planning effort. Currently, the Government plans to obtain the prospective requirements identified within this survey from a source that has the ability or capability to meet the Government's requirements without creating a substantial duplication of cost. The Government's anticipated contracting approach is to utilize a multiple year requirements contract which will establish pricing for the requirements, while delivery orders will be executed to commence performance of the various efforts.


4. INFORMATION SOUGHT:
(1). PMO SBCT is seeking information related to Industry's capability to incorporate Stryker ECP 1 upgrades onto a USG supplied DVH chassis. These upgrades include, produce and integrate engine upgrades that increase power pack management and horsepower, modifying a currently available Stryker DVH chassis to optimize a newly designed driveline, incorporating electrical power generator management system, and In-Vehicle network infrastructure for future Army network systems. Other tasks include vehicle inspection, hull damage assessment, final inspection, functions checks to replaced or repaired components, painting, and acceptance.


Please address all questions. If a question is not applicable, use N/A.


a. How many months after Contract award can you begin delivery of production
    verification test vehicles and at what rate per month?

b. Assuming a Production ramp-up process, how many months after test approval can
    normal rate production be achieved?

c. What is the minimum sustainable monthly rate of production supported by your
    facility?

d. What is your maximum monthly production capacity? Have you previously achieved
    this production rate?

e. What similar vehicles has your company manufactured and/or assembled or
    produced?

f. Of the similar armored vehicles manufactured and or assembled by your company,
   what assortment of vehicle configurations have you manufactured in a month?

g. What is your experience with vehicle configuration management process, lean
    manufacturing strategies, flexible manufacturing, First-in-First Out (FIFO), and just
    in time deliveries? Please provide examples.

h. Please describe any similar equipment sold to any USG agency (federal, state, local,
    or foreign).

i. What experience do you have working with Army Depots?

j. How do you plan to incorporate the ECP changes without a TDP?

k. Describe your capabilities and experience with conducting Government Furnished
    Property accountability and transfer in accordance with AR 710-2 "Supply Policy 
    Below the National Level", AR 735-5 "Property Accountability Policies", DA PAM 710
    2-1 "Using Unit Supply System (Manual Procedures)", "Property Book Unit Supply
    Enhance (PBUSE)", "Global Combat Support System - Army" (GCSS-Army), and AR
    700-145 "Item Unique Identification".

l. Describe your capabilities to perform field-level and national-level maintenance on a
   major weapon system in accordance with AR 750-1, "Army Material Maintenance
   Policy".

m. Describe your experience and capabilities to provide security of unclassified Army
     property (sensitive and non-sensitive) in accordance with AR 190-51 "Security of
     Unclassified Army Property".

n. Describe your experience and capabilities to perform Refurbishment and Reset
    maintenance and logistics activities.

o. Describe your experience and capabilities in dealing with hazardous waste. Describe
    how you will comply with the disposal of hazardous waste in accordance with EPA
    regulations.

p. Are you experienced with armor structure and chassis fabrication (welding armor
    steel, aluminum, designing and producing applique armor)?

q. What certified weld standards does your company possess?

r. What quality system do you implement and are you independently certified in that
    system?

s. Describe your company's most recent experience working with source controlled
    components.

t. Please identify any special tooling and test equipment requirements (jigs, fixtures,
   etc.).


5. RESPONSES:
Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2010 or earlier, Microsoft Excel 2010 or earlier, Microsoft PowerPoint 2010 or earlier or Adobe Acrobat. The maximum size of each e-mail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. The subject line must include the message number, (example: 1 of 3, 2 of 3, 3 of 3), and quote mark "[Company's Name] response to PMO SBCT Sources Sought Stryker ECP DVH Upgrade. All interested firms, regardless of size, are encouraged to respond to this request for information.


It is not necessary to respond to this market survey in order to be eligible for future contract awards.
Responses shall be furnished to the government by NLT 1300 local EST 22 June 2017. Please submit electronic responses to this survey, as well as questions for clarification to:


usarmy.detroit.peo-gcs.mbx.stryker-rfi@mail.mil


RESPONSES SHOULD INCLUDE:
Cage Code:
Company Name:
Mailing Address:
Company Website:
Location of Facilities:
Point of Contact:
Phone Number:
Fax Number:
Email:
Company business size and active System for Acquisition Management (SAM) information:


1. In addition, provide your organization's past and current experience and contracts related to the research, development, and evaluation of your technology or enhancement. Identify other organizations or countries that are using your product and technology.

2. Please also provide a response to the following questions:
    a. What specific information would your company need in order to compete for this
        requirement?
    b. What kind of experience does your company have doing this type of work? Please
        provide specific examples.
    c. In the event no Technical Data Package is available, can your company still
       compete for this effort?
    d. Indicate what general types of technical data or access to government-furnished
        equipment might help your company further refine its offering in the event a
        Request for Proposal for some or all of these capabilities is tendered.

6. DISCLAIMER:
This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Stryker FoV. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary.

Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.fbo.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses or solicitations.

Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation and 18 U.S.C. §1905 to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following:


• Data must be clearly marked PROPRIETARY and be accompanied by an explanatory
   text so that the Government is clearly notified on what data is proprietary.
• Mark only data that is truly confidential.
• Do not mark data that is already in the public domain or is already in possession of
   the USG or third parties on an unclassified basis. Do not submit any classified data in
   response to this market survey.
• Proprietary data transmitted electronically must have the PROPRIETARY legend on
   both the cover of the transmittal e-mail as well as at the beginning of the file.
   roprietary information contained within the correspondence shall use the legends:
   "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS."

Disclaimer: The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place.


 


Henry L. Pilat, Contract Specialist, Phone 5862820418, Email henry.l.pilat2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP