Skip to main content

An official website of the United States government

You have 2 new alerts

Transmission Production Capability

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 (Updated)
  • Updated Published Date: Nov 17, 2022 12:33 pm EST
  • Original Published Date: Nov 07, 2022 12:17 pm EST
  • Updated Response Date: Jan 13, 2023 04:00 pm EST
  • Original Response Date: Dec 07, 2022 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2520 - VEHICULAR POWER TRANSMISSION COMPONENTS
  • NAICS Code:
    • 333613 - Mechanical Power Transmission Equipment Manufacturing
  • Place of Performance:

Description

REQUEST FOR INFORMATION

PEO Ground Combat Systems

  1. Description

1.1 The United States Government is seeking industry feedback on capability to produce transmissions for a 75-ton combat vehicle. The Government is looking to our world class supply base to propose innovative and cutting-edge solutions. To this end, the Government is requesting information from suppliers who can provide one or more of the following activities:

  1. Produce and / or upgrade a heavy duty cross-drive transmission
  2. Produce sustainment and overhaul transmission kits for a heavy duty cross-drive transmission

The Government recognizes that certain suppliers may have a core competency in some but not all of these activities. Suppliers are encouraged to provide information on all activities they believe they can provide. Suppliers are encouraged to submit information for one or more activities, and each activity will be evaluated independently.

1.2 The Office of the Secretary of Defense (OSD) has an objective to modernize the Department of Defense’s procurement approach, implement best practices, and to achieve greater affordability to reinvest in readiness. PEO GCS is supporting that objective and looking for new innovative partnerships with industry to evaluate the feasibility and opportunity to achieve greater affordability through alternative procurement approaches.

1.3 THIS IS A REQUEST FOR INFORMATIONAL PURPOSES ONLY.  The submission of this information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse contractors for associated costs to respond or for any information provided.  This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This notice does not commit the Government to contract for any supply or service whatsoever.  No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.  All costs associated with responding to this notice will be solely at the responding party's expense.  Not responding to this notice does not preclude participation in any future RFP, if any is issued.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the System for Award Management (SAM) (beta.Sam.gov) site for additional information pertaining to this notice.             

2.0 Industry Discussions

Government representatives may or may not choose to have discussions with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.

3.0 Questions

All questions relating to this RFI shall be submitted in writing only via email to the Army Contracting Command point of contact (POC) Jaclyn Beach, Contracting Specialist, at jaclyn.j.beach.civ@army.mil. The subject line on the email submissions for questions or requests for clarifications should read: RFI for PEO GCS Transmission Capability Questions.  Absolutely no telephone calls will be accepted in response to this RFI. Questions or requests for clarification shall NOT contain proprietary or classified information.  The Government reserves the right to not address questions or requests for clarification should it not be pertinent to the RFI. 

4.0 Responses

Suppliers are encouraged to submit written notification of their interest, qualifications, and technical concepts to Jaclyn Beach, jaclyn.j.beach.civ@army.mil. All submitted 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. Submissions shall be less than 10 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 responses will be reviewed by Government representatives.  All information provided will be adequately protected in accordance with the markings as described below.

Submissions are due no later than 4:00 pm Eastern Standard Time (EST) sixty-seven (67) days after original posting of RFI.  All submissions shall be submitted electronically using the following distribution email address: Jaclyn.j.beach.civ@army.mil. The subject line for the SAFE submission shall read: RFI for PEO GCS Transmission Capabilities.

No hard copy or fax responses will be accepted.  If a late submittal is received, acceptance of such will be at the discretion of Government.

Please respond to the questions detailed below.

1. Describe your company’s experience with development, production, testing, upgrade and /or repair of heavy duty cross-drive transmissions for use in ground combat vehicles

2.  Where are your company’s production facilities located?  Please describe your facility and floor space (please include test equipment, dynamometer capabilities, machining capabilities, etc.)

3. What are some concerns or constraints your company faces in meeting this requirement?

4. Please provide an estimated time frame needed to complete any of the activities.

5. Is your company interested and capable of meeting this requirement? Why or why not?

5.0 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 RFI becomes the property of the Government and will not be returned. Responses to this RFI will not be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a white paper to this RFI will not be prohibited from submitting a proposal if a 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 RFI will be provided.

Contact Information

Contracting Office Address

  • 6501 EAST 11 MILE ROAD ARMY CONTRA COMMAND WARREN
  • DETROIT ARSENAL , MI 48397-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History