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.
Subject: Joint Assault Bridge (JAB) Field Service Representatives (FSR) for providing Interim Contractor Logistics Support (ICLS)
Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing this sources sought synopsis, on behalf of the requiring activity, Product Manage Bridging (PdM Bridging) – Project Manager Force Projection (PM-FP), as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for ICLS in both the Continental United States (CONUS) and Outside the Continental United States (OCONUS) locations. DRS Sustainment Systems, Inc. (DRS) is the developer and Original Equipment Manufacturer (OEM) of the JAB.
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.
ICLS services are required to support fielded JAB systems until technical manuals and parts support are finalized. The Government plans to transition to fully organic support following completion of technical manuals and parts support. DRS is the Original Equipment Manufacturer (OEM) of the JAB; therefore, it is the sole entity that has the requisite knowledge of the systems to be able to maintain and support it prior to completion of the associated technical manuals.
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:
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.
Proprietary 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:
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
Submission Instructions:
If your organization is interested in this requirement, respond in writing, no later than July 7, 2025 to Contract Specialist, Kelly Harp, [email protected]
Limit responses to two pages.