Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2025 SAM #8488
SOURCES SOUGHT

99 -- Joint Assault Bridge (JAB) Field Service Representatives (FSR) for providing Contractor Logistics Support (CLS) Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS)

Notice Date
2/20/2025 11:54:54 AM
 
Notice Type
Sources Sought
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
JAB_FSR_CLS_CONUS_OCONUS
 
Response Due
3/6/2025 2:00:00 PM
 
Archive Date
03/07/2025
 
Point of Contact
Michael Ibra
 
E-Mail Address
michael.ibra.civ@army.mil
(michael.ibra.civ@army.mil)
 
Description
Sources Sought Notice Disclaimer: This is a sources sought notice and is not a request for competitive proposals or a solicitation of offers. The Government does not intend to award a contract on the basis of the information contained in this posting or information received as a result of this posting. GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. The U.S. Government acknowledges its obligations under 18 U.S.C. �1905 to protect information qualifying as �confidential� under this statute. [To avoid possible confusion with the meaning of the term �confidential� in the context of Classified Information,� we will use the term �PROPRIETARY.�] Pursuant to this statute, the U.S. Government is willing to accept any trade secret or PROPRIETARY restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) �PROPRIETARY� with any explanatory text, so that the U.S. Government is clearly notified of what data needs to be appropriately protected. In marking such data, please take care to mark only those portions of the data or materials that are truly confidential (over breadth in marking inappropriate data as �PROPRIETARY� may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. The U.S. Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the U.S. Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the U.S. Government will not be protected once in the public domain. Data already in the possession of the U.S. Government will be protected in accordance with the U.S. Government's rights in the data. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain the �PROPRIETARY� legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends �PROPRIETARY PORTION BEGINS:� and �PROPRIETARY PORTION ENDS.� In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text. The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the Respondent�s marking of data as �PROPRIETARY� will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The U.S. Government will use its best efforts to evaluate those responses that contain confidential information without using support contractors consistent with the resources available. Subject: Joint Assault Bridge (JAB) Field Service Representatives (FSR) for providing Contractor Logistics Support (CLS) Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS) Army Contracting Command - Detroit Arsenal (ACC-DTA) is issuing this sources sought, on behalf of the requiring activity, Project Manager Force Projection (PM-FP) Product Manager Bridging (PdM Bridging), as a means of conducting market research to identify parties having an interest in and the resources to support providing ~400 hours of FSR Support. PdM Bridging is seeking information to assess the availability of sources that possess the capabilities to produce JAB hardware and systems and provide CLS to two European Command (EUCOM) locations and one CONUS location to support fielded JAB systems. DRS Sustainment Systems, Inc. (DRS) is the developer and Original Equipment Manufacturer (OEM) of the JAB and the Prime contractor for a Private Public Partnership with Anniston Army Depot. Background: The JAB program is an Army program replacing the legacy M48/M60 tank-based Armored Vehicle Launched Bridge (AVLB) and Wolverine systems. The JAB system is a fully-tracked armored combat engineer vehicle specifically designed to provide Armored Brigade Combat Teams assault bridging capabilities to support maneuver elements. Using the M1A1 Abrams chassis as the basis for the system, the JAB provides equivalent crew protection and vehicle survivability, while having the necessary speed and cross country mobility to keep pace with maneuver forces. The JAB launches and recovers the Army�s existing hydraulically-actuated Heavy Assault Scissor Bridge, Military Load Class (MLC) 115. The result of this market research will contribute to determining the best method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336992. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) A positive statement of your interest as a prime contractor; 2) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 3) A statement identifying your certified small business designation (if any); 4) Evidence of prior successful work similar in scope and magnitude to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; 5) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; and 6) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The requiring activity, PM-FP PdM Bridging, will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. If your organization is interested in this requirement, respond in writing, no later than March 6, 2025, to both Mr. Michael Ibra, Email: michael.ibra.civ@army.mil and Mr. Jason MacFarland; email: Jason.c.macfarland.civ@army.mil. Limit responses to two pages.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/072f97293a4b4777af1e91db0ade6fe2/view)
 
Record
SN07349161-F 20250222/250220230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.