Federal Bid

Last Updated on 14 Jul 2021 at 2 PM
Sources Sought
Quantico Virginia

MRAP Dynamometer

Solicitation ID M67854-21-I-5414
Posted Date 14 Jul 2021 at 2 PM
Archive Date 29 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Commander
Agency Department Of Defense
Location Quantico Virginia United states 22134

Mine-Resistant Ambush Protected (MRAP) Cougar Dynamometer Request for Information

 

THIS IS NOT A SOLICITATION FOR PROPOSALS.  THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services.  The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information.  No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information.  The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI.  No contract will be awarded from this announcement.  Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.

 

1.0    Introduction:

Program Manager Medium & Heavy Tactical Vehicles, United States Marine Corps is seeking to identify vendors who have experience and knowledge with dynamometer technology.  The dynamometer technology will support the Jordan Armed Forces’ MRAP Cougar vehicles. 

The vendor shall provide  the following product literature e.g., specifications and sustainment/maintenance  requirements for the dynamometer for the MRAP Cougar vehicle:

  • Stationary Heavy Duty Steel
  • Load up to 550 Horsepower
  • Full Computerized Dynamometers (Master and Slave Computers)
  • Data Acquisition Computer
  • Automated Load Control (Automatic Controller)
  • Motor Power Analysis
  • Telescoping
  • Tablet Input/Output
  • Water Brake
  • Full Injection Tests
  • Fly Wheel Adapter
  • Revolutions Per Minute up to 3,500
  • Engine Exhaust
  • Alarms: Visual, Audible or Digital Signal Indicating Pass/Fail Status.  Operation outside of specifications or other conditions such as low oil or program failure.
  • UPS (S00VA)
  • Printer to Display Results
  • Special Tools
    • Electrical Connection for MRAP Motor’s Computer
    • Dynamometer Special Tools
    • Oil Suction Machine
    • Compression Pressure Gauge
    • Temperature Gauge
  • Estimated Delivery Lead Time
  • Estimated Cost

Sustainment/Maintenance Requirements:

  • Installation and training (operations and maintenance) on-site in Jordan
  • Technical manuals for operation, maintenance, spare parts, and schematic diagrams
  • Software for operation including at a minimum Windows 10 operating system
  • Backup for the operation software
  • Suggested spare parts' package for consumable items
  • Cooling system for engine oil

Additional Infrastructure Information:

The Jordan facility has an existing test cell with a control room in place and can be utilized for the installation of the dynamometer.  There is an electrical service including single and three phase located at the test cell.  A cooling tower is located adjacent, but outside of the test cell building on a concrete pad.  Manpower and lift truck or crane are available during the dynamometer installation process.

    1. Purpose:

      This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP.  The Marine Corps Systems Command is issuing this RFI to determine if a dynamometer technology is currently available for the Jordan Armed Forces’ MRAP Cougar vehicles.      

1.2       Objective:

Data submitted in response to this RFI will be used to assess the marketplace environment for businesses to provide the USMC with the support described above.

2.0       Requested Information:

Respondents who are interested are requested to provide the information that identifies their capability to provide the support described in the Introduction, Para 1.0 listed above.

3.0       Responses:

Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8 ½ x 11 in paper, no more than 20 pages in length, using Times New Roman 12 point font.  All responses must include the following information:

(1) Name and address of applicant/company (Corporate/Principal Office)

(2) Name, telephone number, fax number, and e-mail address of point of contact

(3) General Service Administration (GSA) contract number (if applicable)

(4) CAGE Code and DUNS Number

(5) Business Size (under NAICS 33621)

(6) White paper providing capabilities and relevant past performance.

Please be advised that any proprietary information must be marked as such on a page-by-page and paragraph by paragraph basis.  The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on this basis.  Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary.

Please do not submit proposals at this time. The Government is only seeking information on sources for market research purposes to determine the availability of commercial capabilities in the described areas. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender.  Respondents will not be notified of the results of the evaluation. It is the contractor’s responsibility to check Federal Business Opportunities to get additional data.

Responses shall be submitted via e-mail to [email protected] and [email protected], no later than 1400 Eastern Time on 14 Aug 2021.  Telephone replies will not be accepted. 

 

3.1       Questions

Questions or comments regarding this notice may be addressed to [email protected] and [email protected] by email only.  No questions will be accepted after 14 Aug  2021, at 1400 Eastern Time.  The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to BETA.SAM so that all interested parties will benefit from the same information.  It is industry’s responsibility to monitor the site for the release of any amendment to this announcement; however, if some of the answers to industry’s question include Controlled Unclassified Information, only vendors who have provided the Government with their US Postal mailing address and valid CAGE code will be provided such information.

 

Bid Protests Not Available

Similar Past Bids

Portsmouth Virginia 30 Aug 2021 at 5 PM
Portsmouth Virginia 27 Nov 2019 at 11 AM
Wright patterson air force base Ohio 23 Jun 2016 at 3 PM
Bay Arkansas 19 Aug 2014 at 3 AM
Newport Rhode island 23 Oct 2023 at 3 PM

Similar Opportunities

Huntsville Alabama 25 Nov 2025 at 8 PM
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Quantico Virginia 31 Dec 2025 at 5 AM (estimated)