Skip to main content

An official website of the United States government

You have 2 new alerts

Systems Technical Support (STS) for Combat Engineering Vehicles and Bridging platforms

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jun 29, 2023 07:49 pm EDT
  • Original Response Date: Jul 21, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5420 - BRIDGES, FIXED AND FLOATING
  • NAICS Code:
  • Place of Performance:

Description

THIS IS A SOURCES SOUGHT NOTIFICATION IN SUPPORT OF THE FOLLOWING PERFORMANCE REQUIREMENT.  No contract will be awarded from this announcement.  This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation.  Also, it is not a request seeking contractors that are interested in being placed on a solicitation mailing list. Responses to this sources sought are voluntary and no reimbursement will be made for costs associated with providing information in response to this sources sought notice.  Data submitted in response to this notification will not be returned.  Information derived from this sources sought notification will help the Government determine the suitability of the marketplace for satisfying this performance requirement.  This sources sought notice is ONLY to see if this procurement can be accomplished on a competitive basis; therefore, no questions will be taken.  If a solicitation is posted, questions will be taken at that time and answered via a live Question and Answers Document.

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:

1.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.

2. 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.

3. 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.

4. 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.”

5. 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.

6. 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.

PERFORMANCE REQUIREMENT:

The Product Manager Bridging (PdM Bridging), located at the Detroit Arsenal in Warren, Michigan is seeking to identify sources capable of providing Systems Technical Support (STS) for Combat Engineering Vehicles and Bridging platforms such as the Joint Assault Bridge, Assault Breacher Vehicle, Line of Communication Bridge, Rapidly Emplaced Bridge, Bridge Erection Boat, Bridge Adapter Pallet, Common Bridge Transporter, Improved Ribbon Bridge, Dry Support Bridge, legacy combat engineering and bridging systems, associated support vehicles (fuel trucks, trailers, etc), and support equipment. STS includes engineering, logistics, studies, business case analysis, quality, test, program management, materiel management, component repair programs and related support services for both the US and Foreign Military Sales partners. The "Performance Requirement Questionnaireare" is  intended to provide a summary of capability to meet this requirement.

***Please completely fill out the attached "Performance Requirement Questionnaire" and submit no later then 5:00 pm on 25 July 2023 with all submissions. ***

All portions of this enclosure are for market research purposes only, subject to change at any time, are in no way binding on the Government and do not represent an established requirement. Any enclosures are furnished for information purposes only with the understanding that the Government is under no obligation of any kind to proceed with an acquisition in any way related to or based upon the data set forth in these enclosures. Nothing contained in this survey should be regarded as a basis upon which to seek payment, reimbursement or other consideration from the Government. Moreover, this letter is not intended as a solicitation of any proposal.

SUBMISSION INSTRUCTIONS:

Response Format. Electronic responses are required. It is requested that electronic responses be provided in any of the following formats: Microsoft Office 2016 and newer or Adobe Acrobat. The maximum size of each e-mail message should be no more six (6) 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 "[Firm's Name] response to PdM Bridging STS Requirement". All interested firms, regardless of size, are encouraged to respond to this request for information.

Sources shall include in their responses:

1. Contact information: Interested companies should respond by providing the Government the following information; point of contact, address, telephone, email address, NAICS Codes, DUNS number, CAGE code, and tax ID number.

2. Business Status: Please indicate the business size status of your company (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business, Woman-Owned, etc.).

3. Business Size: Please indicate your business size based on NAICS 541990.

4. Business History: What products or services does your company primarily provide? How long have you been delivering these products or performing these services? How long has your company been in business?

It is not necessary to respond to this announcement to be eligible for future contract awards. There is no scheduled date for the release of a Request for Proposal related to this project.

Interested companies may submit their performance Requirement Questionnaire, capabilities list and qualifications to perform the effort in writing to the identified point of contact not later than 5:00 PM EST on 21 July 2023.  Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be accomplished on a competitive basis.  A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice.

All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. 

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTING 6501 EAST 11 MILE ROAD
  • WARREN , MI 48397-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History