United States - Request For Information Suspension System for HMMWV

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
18 October 2019
Opportunity publication date
20 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 19, 2019 2:57 pm

 
TITLE:  Request for Information (RFI) for a Suspension System for the High Mobility Multipurpose Wheeled Vehicle (HMMWV).
INTENT: THIS IS A REQUEST FOR INFORMATION (RFI). No contract is anticipated to 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 interested in being placed on a solicitation mailing list.  Response to this questionnaire is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests.  No solicitation document exists at this time, and calls requesting a solicitation will not be answered.
DESCRIPTION:  The Product Director for Light Tactical Vehicles (PD LTV) and Army Contracting Command (ACC) Warren are seeking information to assess market availability and sourcing of a domestically produced active, semi-active, or comparable suspension system for the HMMWV vehicle that will meet the performance requirements of HMMWV suspension.  In order to meet the demands of Multi-Domain Operations (MDO) environments, the HMMWV has to support the flexibility and depth of the future battlefield, in all vehicle weight conditions, and have the mobility to support continuous operation across worldwide terrains, climatic conditions, and soil types at speeds consistent with conducting fast-paced military operations.  A robust and adaptive suspension system (i.e. active, semi-active, or comparable suspension technology) is essential to enabling collective capability achievement in reliability, speed on grade, and ride quality.
The Government is interested in obtaining information from industry on available suspension systems that may be integrated on the up armored and non-armored HMMWV variants that will satisfy fit and function with relation to the existing configuration of the fleet of HMMWV vehicles.
The Government is interested in obtaining information from industry on suspension systems that will meet the performance characteristics of the HMMWV suspension.  These performance characteristics are summarized in Table 1 below:
Table 1. Primary Minimum Performance Requirements of HMMWV Suspension
 

Absorbed Power

See Attachment 0001

Vertical Acceleration

See Attachment 0001

Ride Quality

See Attachment 0001

Simulated Loading Ramp

See Attachment 0001

Approach/Departure Angles

See Attachment 0001

 

 

Table 2. Vehicle Weights (lbs.)
A suspension system is required to meet the performance requirements listed in Table 1 above at the following weights:
Table 2. HMMWV Weight by Model

Vehicle Model

Curb Weight

Gross Vehicle Weight (GVW)

Gross Combined Weight (GCW)

M997A3

9,090

12,100

15,880

M1097 A2

5,900

10,300

14,080

M1151

7,500

11,500

15,280

M1151 A1

8,150

12,100

15,880

M1151 A1 w/B1 Kit

10,300

12,100

14,080

M1152

6,400

11,500

15,280

M1152 A1

7,100

12,100

15,880

M1152 A1 w/B2 Kit

8,760

12,100

15,880

M1165

6,500

11,500

15,280

M1165 A1

7,230

12,100

15,880

M1165 A1 w/B3 Kit

9,870

12,100

15,880

M1167

11,250

13,100

16,880

 
 
 
 
 

 
System should work in overload conditions up to 15,400 lbs.
ACCESS REQUESTS:  This RFI references performance requirements documents that are available for review to assist in preparation of industry response.  This information is deemed as Distribution C documents.  These documents are available for access to qualified Department of Defense (DoD) contractors and are posted via secure link for interested parties. Parties interested in obtaining the documents must be certified in the Joint Certification Program (JCP), have an active System for Award Management (SAM) account, and submit a signed Non-Disclosure Agreement (NDA) via email to {Helene Bell at Helene.m.bell.civ@mail.mil}. The data custodian in JCP must sign and submit the "Non-Disclosure Agreement" which is attached to this announcement. In addition, the interested party shall provide the Organization's name and CAGE code. Upon submission of the NDA, interested parties can request access to the documents by clicking on the documents link. Upon approval, the Government will provide online access to the posted document as a secure file via a secure link.
INFORMATION NEEDED: In your written response, include a detailed description of your system and provide all information demonstrating compliance to the Primary Minimum Performance Requirements listed the documents referenced in Table 1 above.  In addition, the Government is seeking information on production capacity as part of the response.  Please populate Table 3 with the pertinent information in support of this request.
 
All portions of this market survey are merely for market research and informational purposes, subject to change at any time, and are in no way binding on the Government.  Moreover, the intention of this survey is not to solicit any proposals from industry.  This survey is not representative of an actual requirement and may not lead to a solicitation. 
The information contained in this survey is not a basis to seek payment, reimbursement or other consideration from the Government.
The Government does NOT wish to obtain any proprietary or otherwise protected documents resulting from this market survey.  The intent of this market research process is to obtain only commercially available information about contractor's products.  However, if you are submitting proprietary data, please see instructions in the Disclaimer paragraph below.
Instructions to Potential Respondents:  Companies that desire to participate in this RFI are encouraged to submit a 1-2 page response supporting the abilities to produce an active or semi-active or comparable suspension system for the HMMWV platform along with completion of Table 3 located at the end of this RFI.  Companies may also provide other supporting information of requisite manufacturing processes, facilities, qualifications, capabilities, past experience, and assumptions to produce or supply the required material.  Data provided should be current (within 3 years). Please include the Name, Location, CAGE Code, Company Size per NAICS code 336390, Point of Contact, E-mail Address, and Phone Number in the RFI Response. 
RFI Responses must be submitted by 18 October 2019 Submit all responses,
UNCLASSIFIED documents only, via ENCRYPTED e-mail to Helene Bell, helene.m.bell.civ@mail.mil.
Or via mail to:
 
Helene Bell
DA Civilian
Contract Specialist
Tactical Vehicles Contracting Division
U.S. Army Contracting Command - Warren
CCTA-HTB-C
6501 East 11 Mile Road, MS 416
Warren, MI 48397-5000
  
Any technical questions concerning this RFI shall be directed to Helene Bell, Helene.m.bell.civ@mail.mil. Please include name, phone number and email address for a response.  Questions will be answered via email.
 

 
DISCLAIMER:
 
GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. Please note, all questions pertaining to this survey will be answered at the discretion of the Government. Please note that any information you submit in response to this questionnaire that is protected by law, will not be released. Any responses to this request for information are 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 proprietary (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.     Proprietary 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 proprietary 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 proprietary information without using support contractors consistent with the resources available.
•7.     This market survey is for informational purposes only. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
•8.     Respondents WILL NOT be notified regarding information obtained related to this market survey. If a solicitation is issued, it will be posted on www.fedbiz.com and www.fedbizopps.gov. It is the respondent's responsibility to monitor these sites for the releases of any synopsis or solicitation.
 
Table 3:  USG Request for Information and Industry Response

ID #

Information Requested by the USG

Industry Response

1.1
General

Company Name and Mailing Address; please include affiliates and former names and manufacturing, headquarters and Engineering locations

 

1.2
General

Point of contact Name and title and alternate point of contact, office and mobile telephone, fax number, email address and mailing address

 

1.3
General

Company Website address

 

1.4
General

Data Universal Numbering System Number (DUNS)

 

1.5
General

Commercial and Government Entity Code (CAGE)

 

1.6
General

Data Universal Numbering System Number (DUNS)

 

1.7
General

North American Industry Classification System (NAICS)

 

1.8
General

What is the business size (i.e. number of employees) and eligibility under U.S. Government socio-economic programs and preference?

 

 

 

 

ID #

Information Requested by the USG

Industry Response

1.9
General

a) Has the company provided products and/or services to the US Department of Defense (DoD) and in particular the United States Army previously? If so, please provide the dates of the contract(s), program over the past 5 years and USG POC if available.
b) Has the company ever provided prototype or production suspension systems to the US Government for testing?    When?  What Government entity? 

 

1.10
General

Is your company owned and/or controlled by a foreign entity? If yes, please provide the owning/controlling country. Also state at what ownership percentage the foreign entity owns of the company.

 

1.11
General

Does the suspension system solution(s) rely upon subcontractor support? If yes, please identify the subcontractor(s) and the aspect of the design which is subcontracted.

 

1.12
General

Are all applicable facilities U.S. Department of Defense (DoD), security clearance-capable to handle classified information?  (May not be needed)

 

2.1
Pricing

If the suspension system is sold to other commercial or government organizations what is the average unit price paid by these customers?

 

ID #

Information Requested by the USG

Industry Response

3.1
Manufacturing

Please note what percentage of material comes from non-US sources.  (Note: The Government intends to evaluate responses in accordance with the Buy American Act) .

 

3.2
Manufacturing

What is your minimum order quantity?

 

3.3
Manufacturing

What is your batch size for incoming material?

 

3.4
Manufacturing

What is your current maximum production capacity/month?

 

3.5
Manufacturing

How much manufacturing experience does your company have in this commodity?

 

3.6
Manufacturing

What is your prototype lead time?

 

4.1
Technical

Is your suspension system(s) backward compatible with the current HMMWV suspension?

 

 

 

 

4.2
Technical

Please describe your modeling and simulation capabilities and whether they are performed in house or outsourced.
 

 

4.3
Technical

With respect to quality management standards, please describe if the manufacturing facility of your final suspension system will be produced per ISO 9001:2015 or equivalent voluntary consensus standards.

 

ID #

Information Requested by the USG

Industry Response

4.4
Technical

In terms of performance of the suspension system, please describe the ability to validate the performance of the system with respect to the Primary Minimum Performance Requirements found in Table 1.  
 

 

4.5
Technical

What are your capabilities in regards to testing to the performance requirements (Table 1)? Please provide brochures, models, pamphlets, presentation.

 

4.6
Technical

If your system is already developed, please provide NSN(s).
 

 

4.7
Technical

If you have a currently fielded system, either commercial or military application, please provide any component, system, and/or vehicle test data/results if available.
 

 

4.8
Technical

In terms of Operational Height Impacts, describe your system impact to the vehicle height, suspension and wheel travel limits.

Opportunity closing date
18 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - WRN (W56HZV)(DTA) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?