SPECIAL NOTICE
25 -- Field Sustainment Support Services (FSS)
- Notice Date
- 5/22/2025 7:03:41 AM
- Notice Type
- Special Notice
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-24-R-0035-3
- Response Due
- 5/30/2025 9:00:00 AM
- Archive Date
- 06/14/2025
- Point of Contact
- Jaclyn Beach, Roxanna Genova-Lasecki
- E-Mail Address
-
jaclyn.j.beach.civ@army.mil, roxanna.m.genova-lasecki.civ@army.mil
(jaclyn.j.beach.civ@army.mil, roxanna.m.genova-lasecki.civ@army.mil)
- Description
- U.S. Army TACOM Abrams ILS Fielding Support Service Description The United States Government (USG) is posting charts briefed at the AILS Industry Day, held at Selfridge Air National Guard Base on 15 May 2025, as well as Government responses to comments and questions relating to the Abrams Integrated Logistics Services (AILS) DRAFT RFP W56HZV-24-R-0035 (-1)(-2) posting, located the following link: https://sam.gov/opp/58dd97351277417baafb22139ced2dda/view It should be noted that Questions #1-#41 in AILS - Government Response to Industry Comments & Questions were previously posted on 13 May 2025 in SAM.GOV from the following link: https://sam.gov/opp/00ad7ce4471043599bf7d81910b8a278/view . 2.0 Questions All questions relating to this posting shall be submitted in writing only via email to the Army Contracting Command (ACC) point of contact (POC) Jaclyn Beach, Contracting Specialist, at Jaclyn.j.beach.civ@army.mil. The subject line on the email should read: Abrams ILS Government Feedback. Absolutely no telephone calls will be accepted. Questions or requests for clarification shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is requested that all questions or requests for clarification be received by 12:00 pm EST 30 May 2025. Responses to the questions received will be answered and posted publicly on the SAM website. The USG reserves the right to not address questions or requests for clarification. 3.0 Responses All submitted feedback/responses shall follow the outline below and be provided in Microsoft (MS) Word Office 2013 compatible format or Adobe PDF. Submission shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12-point Arial font. Line spacing shall be set no less than single space. Any drawings shall be capable of being printed on 11x17 inch paper and no smaller than 10-point font. Submissions shall be less than 20 total pages excluding any drawings. All submissions should include a title page with the following information: Company or organization name and mailing address (City/State/Zip) Company web page URL, if any Point of Contact (name, title, phone number, and e-mail address) CAGE Code and NAICS Code The submissions will be reviewed by USG representatives. All information provided will be adequately protected in accordance with the markings as described in section 4.0, below. 4.0 Post Submission Guidelines Proprietary information shall be clearly marked. No classified documents may be included in your response. Please be advised all information submitted in response to the posting becomes the property of the USG and will not be returned. The USG is under no obligation to provide feedback to respondents with respect to any information submitted under this posting. There is no guarantee that any submission in response to this posting will result in a USG program. The USG may or may not use any responses to this posting as a basis for a subsequent project. The information submitted in response to this posting may be used to help the USG further define its requirements. If the USG develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the USG to achieve the required objectives. Any projects developed from the posting responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this posting will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit to this posting will not be prohibited from submitting a proposal if an RFP is published at some point in the future. In order to protect the integrity of any possible future acquisition, no additional information other than the information contained in this posting will be provided. 5.0 Supporting Documentation 5.1 AILS Industry Day Charts - 15 May 2025 5.2 AILS � Government Response to Industry Comments & Questions -22 May 2025
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c25ab1b883b04ca5a18cb83164cbb835/view)
- Place of Performance
- Address: Fort Cavazos, TX 76544, USA
- Zip Code: 76544
- Country: USA
- Zip Code: 76544
- Record
- SN07452462-F 20250524/250522230048 (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 |