The RFP Database
New business relationships start here

Market Survey - Overhaul Capabilities Assessment for Bradley Family of Vehicles


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

Market Survey - Overhaul Capabilities Assessment

PURPOSE: The Program Executive Office Ground Combat Systems (PEO GCS) is issuing this market survey as a means of conducting market research to identify parties having an interest in and the resources to support requirements to assess the methodologies used to determine overhaul planning on the Bradley Family of Vehicles (FOV). The purpose of the study is to determine the variables that drive maintenance cost and decrease operational readiness rates over time. The study shall also inform the optimal time and scope of work for conducting cost effective overhaul programs.

BACKGROUND: The Bradley fleet is upgrading to meet new challenges and system survivability and lethality. The Army will likely continue to make incremental upgrades and rely on the Bradley as one of the main platforms in the ABCT. Therefore, the Army needs analyses to determine if it is cost-effective to replace other components on the Bradley FOVs that are going through the modernization program.
If a Request for Proposal (RFP) is issued following this notice, it is anticipated that a requirement for contract performance will include the ability to handle classified information and comply with the applicable International Traffic in Arms Regulation (ITAR).

SCOPE: The effort will involve extremely detailed and complex analyses of the program's data. The data gained from this requirement will provide PEO GCS with the ability to independently assess the program's current state and realign the program particularly from a cost and readiness perspective. Areas of potential interest include but are not limited to overhaul planning for Bradley Fighting Vehicles by conducting statistical analysis of historical data to inform the timing of overhauls, selection of vehicles for overhaul, and selection of components for replacement. The following areas will be included in this effort and contractor shall be able to thoroughly address each item:

1. Custom build structural and duration models for system costs
2. Be able to conduct competing risk analysis
3. Be able to apply models to particular situations in microsimulation
4. Current state assessments
5. Build of an integrated data base
6. System failures and repairs costs due to environmental conditions and vehicle loads.
7. System and subsystem failure risks (general failure time distributions, vehicle failure rates following different repair and maintenance activities and cost distributions).
8. Failure risk analyses of variability in states across vehicles.
9. Analysis of alternative overhaul strategies (Inspect, Repair Only as Necessary (IROAN), full overhauls, and repairs during vehicle upgrades)
10. Reviews and evaluation of existing government reports
11. Cost modeling or cost structures
12. Scenario analyses, actionable recommendations, implementation plans, risk mitigation plans and communication plans.
13. Thorough understanding of employing maximum likelihood models to predict system and component failure

INSTRUCTIONS: If your organization has the potential capacity to perform the above 13 tasks, please provide the following information:

1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization;
2) Tailored capability statement addressing the particulars (tasks 1-13, listed above) of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; and
3) Notional scheme(s) of support to meet the requirements (1-13, listed above).

The Government will evaluate market information to ascertain potential market capacity to:

1) Provide support consistent in scope and scale with those items described in this notice and otherwise anticipated;
2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform requirements;
3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation.

DISCLAMER: The Government is not responsible for the public disclosure of unmarked data received in response to this sources sought. 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.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on FedBizOpps. It is the potential firm's responsibility to monitor the site for the release of further information. The Government intends to review all responses submitted by Industry and may use this data to refine requirements.

The United States Government (USG) acknowledges its obligations under 18 U.S.C. §1905: The Trade Secrets Act to protect confidential information provided to the USG. Pursuant to this statute, the USG is willing to accept 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 in writing and be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary.
• Mark as proprietary only data that is truly confidential and to which there is a legal property right.
• 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 mark data that us available to the USG or to the public without restriction from another source.
• 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.  Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS."

 


Daniel C. Poehling, Contract Specialist, Phone 5862828348, Email daniel.c.poehling.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP