Arizona Bids > Bid Detail

Yuma Support Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159676937472986
Posted Date: Feb 15, 2023
Due Date: Mar 2, 2023
Solicitation No: W15QKN-23-X-0UJ0
Source: https://sam.gov/opp/d2393ed9eb...
Follow
Yuma Support Services
Active
Contract Opportunity
Notice ID
W15QKN-23-X-0UJ0
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2023 12:39 pm EST
  • Original Response Date: Mar 02, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    Yuma Proving Ground , AZ
    USA
Description

Purpose: The Army Contracting Command New Jersey (ACC NJ), Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey on behalf of the Joint Program Manager Office Towed Artillery Systems (PM TAS). The overall purpose of this notification is to obtain information to improve the Government’s understanding of industry general capabilities and identify qualified sources capable that possess capabilities in providing retrofit and sustainment support of the M777A2, M119A3 Howitzers and general machinist support for all PM-TAS portfolio platforms.





Description: This Request for Information (RFI) is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support the Government’s potential requirement. This Request for Information shall not be construed as a solicitation or an obligation on the part of PM-TAS. This request for information does not commit the Government to contract for any supply or service. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Interested firms are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested parties’ expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential interested firms to monitor these sites for additional information pertaining to this requirement.





CAPABILITIES COVERAGE



The envisioned capabilities are comprised of the following broad categories:





A. Support to PM-TAS engineering, rapid prototyping and retrofit of the M777A2 Lightweight 155mm (LW155) howitzer and M119A3 105mm Light Towed Howitzers. The Contractor shall be based at Yuma Proving Grounds, AZ. This support requires extensive knowledge and experience in large caliber artillery systems, including cannon and structural inspections, modifications of hydraulic recoil and Hydraulic Power Assist (HyPAK) installation system operations, fire control installation and verification, testing and inspection procedures for critical system components and processes, to include titanium weld inspection. In addition, design and manufacturing skills to fabricate unique tools for both field and shop use is required. Familiarity with Yuma Proving Grounds, its facilities, and its operations is also required. The Contractor shall have a forklift and overhead crane operator’s license. The services required include serving as the lead machinist and rapid prototype fabricator, program office field onsite lead for fielded howitzers in and outside of the Continental United States (CONUS), as well as performing retrofits and incorporating new design items of at the M777A2 and M119A3.



B. M777A2 Gun Acceptance. The Contractor shall assist with the PM-TAS retrofit teams and Yuma Support personnel from contractor acceptance to completion of the Final Inspection Record (FIR). The tasks for Gun acceptance include machinist support and corrective action as required by PM-TAS. In addition, the Contractor shall participate in troubleshooting and diagnostic review of failures and issues that could occur during the acceptance firing, including all GFE equipment.





C. On Site Field Representative. The Contractor shall serve as the M777A2 Joint Program Management Office (PM-TAS) field representative for all United States Army, United States Marines Corps, and PM-TAS Foreign Military Sales (FMS) as directed by PM-TAS management. Duties shall consist of troubleshooting weapon operation failures, maintenance issues or hardware problems from improper use, excessive wear or design related failures. Additionally, the Contractor shall provide technical assistance for the operation and maintenance of the fielded systems including the M119A3 Howitzer.





D. Retrofit. The Contractor shall support the Retrofit Program at Yuma Proving Ground, and other various US and international locations on a required basis either as a Team Leader or onsite PM-TAS representative. Duties shall include providing machinist support and corrective maintenance for PM-TAS retrofit teams consisting of government and contractor personnel, evaluating weapon condition prior to the start of the retrofit process and determining whether the gun can complete retrofit before or after the repairs are completed. In addition, the Contractor shall perform manufacture, installation and/or inspection of redesigned parts required due to retrofit upgrades onto the fielded M777A2 Howitzers. The Contractor shall design, fabricate, and manufacture any special tooling, gages, and equipment to support the various tasks for the retrofit effort to include the installation of the HyPAK and emergent PM-TAS retrofits.





E. Quality Assurance Representative. The Contractor shall act as the Primary PM-TAS Quality Assurance Representative during specific repairs and modifications performed at retrofit locations Once retrofits are completed the Contractor shall perform the final evaluation and approval of the repair effort.





F. The Government will provide access to the following Government Furnished Information (GFI), Government Furnished Equipment (GFE), and Government-Furnished Property (GFP) incidental to the Place of Performance when the contractor is performing the services:



i. Facilities. The Government will provide access to contractor personnel assigned to work on site: desk space, phone service, Internet and local area network access, and any other authorized access needed to perform the services described in the requirement.



ii. Utilities. The Government will provide access to utilities for contractor personnel assigned to work on site in the performance of duties outlined in the requirement.



iii. Equipment. The Government will provide access to contractor personnel assigned to work on site: computer equipment, desk telephone, and access to printer, copier, fax, and scanner equipment to perform the services described in the requirement.



iv. Tools and Materials. The Government will provide the Contractor with all tools and materials required in the performance of the requirement.





G. Travel. Travel will be required.







CAPABILITY STATEMENT



Interested parties are requested to submit a capability statement that addresses the following:




  1. Ability to perform the tasks set forth in the Capabilities Coverage section described above in the continental United States (CONUS) and outside the continental United States (OCONUS), including nation-wide deployment strategy and support capabilities.


  2. Ability to comply with DoD/Army policies and standards.


  3. Skills or techniques (human capital and/or resources) that are integral factors for achieving the tasks detailed under the Capabilities Coverage section.


  4. Ability to provide the resources to manage multiple projects at the same time, hire qualified personnel, train personnel on enrollment and biometric capture standard operating procedures, establishing technical infrastructure.


  5. Experience of the vendor and key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Coverage section.


  6. Experience and capabilities should be based on personnel currently employed and company past performance in related areas.







Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the United States Government. The Government recognizes that proprietary and/or classified data may be a part of this Sources Sought Notice. If so, clearly mark such restricted/proprietary and classified data and present them as an addendum to the nonrestricted/non-proprietary and unclassified information. Participation in this Request for Information (RFI) is completely voluntary by the vendor and as such all costs to develop the vendor’s response are to be borne by the participating vendor. All interested sources are encouraged to submit their abilities/capabilities no later than 15 days from date of this publication, THURSDAY, 02 MARCH 2023 1300 EASTERN, to: Kristina Catalano, ACC-NJ-IC Bldg. 10, Picatinny Arsenal, NJ 07806-5000; email: kristina.l.catalano.civ@army.mil . Please include company name, address, telephone number, point of contact, brochures/literature, etc., and any prior performance relating to this effort. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. As stated above, please be advised that the Government will not pay for any information submitted under this announcement. Electronic submittals only.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 15, 2023 12:39 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >