Contractor Logistics Support (CLS) Solicitation Notice
ID: W912CH-24-R-0077Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

All Other Automotive Repair and Maintenance (811198)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Detroit Arsenal, intends to issue a sole-source procurement for Contractor Logistics Support (CLS) to IST Visility LLC JV, an 8(a) small business. The contract, which is a three-year, cost-plus-fixed-fee arrangement, aims to enhance the combat capability of the Stryker Brigade Combat Team (SBCT) by providing essential logistics support, including initial fielding, reset, reissue, repairs, and maintenance of Stryker vehicles across various locations. This procurement is critical for ensuring the operational readiness and effectiveness of military assets, with a focus on compliance with federal acquisition regulations and security protocols. Interested parties can reach out to primary contact Cymone Jackson at cymone.n.jackson.civ@army.mil or secondary contact MAJ Joshua Reynolds at joshua.s.reynolds5.mil@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a government contract (W912CH-24-R-0077) related to Contractor Logistics Support (CLS) for the Stryker Brigade Combat Team (SBCT) program. It specifies the requirement for sealed bids, submission procedures, and a framework for contract execution. The contractor will provide logistics support, including initial fielding, reset, reissue, and maintenance of Stryker vehicles across multiple locations. Key tasks include inspection, documentation, and inventory management of vehicles and equipment, as well as participation in government meetings and training events. The contract type is a Cost Plus Fixed Fee arrangement, emphasizing compliance with security protocols and information protection. Additional responsibilities include regular reporting on service contracts and supporting documentation, with provisions for invoicing and payments. The solicitation also includes guidelines for electronic submission and adherence to deadlines, underscoring the need for clear communication and compliance with federal acquisition regulations. This solicitation is identified as an 8(a) set-aside, indicating a focus on promoting small business participation in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified offerors for the Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project. This initiative aims to identify potential participants and gather information on their ability to meet the program's requirements, which include compliance with quality standards and participation in small business commitments. The JLTVCI program is critical for supplying parts and components for various military tactical vehicles, ensuring operational readiness and support for the U.S. Armed Forces. Interested companies are encouraged to review the attached documents and submit their responses to Bret Griffin at bret.griffin@dla.mil or Robert Harris at Robert.Harris@dla.mil, with the deadline for submissions not specified in the announcement.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to award a ten-year sole source contract for Contractor Logistics Support (CLS) of the LITENING Comprehensive Advanced Targeting Pod (ATP) to Northrop Grumman Corporation. The contractor will be responsible for a range of services including availability support, maintenance and aircrew training, engineering services, replenishment spares, hardware and software modifications, and technical documentation, both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for maintaining the operational readiness and effectiveness of the LITENING Pod System, which plays a significant role in advanced targeting capabilities. Interested parties may submit capability statements for consideration, with the Request for Proposal (RFP) expected to be released on September 26, 2024, and responses due within 90 days of issuance. For further inquiries, potential offerors can contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil.
    STRYKER MULTI-SERVICE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is conducting a market survey to identify qualified firms capable of providing multi-service maintenance for Stryker medical equipment across various Navy installations. The procurement involves maintenance services for 26 Stryker gurneys, 11 Powerload systems, 20 Stair-PRO chairs, and 16 LUCAS3 chest compression devices, all of which must adhere to National Fire Protection Association standards and Stryker manufacturer's guidelines to ensure operational readiness and compliance. This initiative is critical for maintaining the safety and effectiveness of emergency medical services within the Navy's response framework. Interested parties should submit a Statement of Capability by September 17, 2022, to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil, and include relevant business information and past performance details.
    SOURCES SOUGHT NOTICE: Double V-Hull A1 (DVHA1) Extended Tow Bar Delta Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought Notice to identify potential suppliers for the DVHA1 Extended Tow Bar Delta Kits, essential for emergency towing of vehicles within the Stryker Family of Vehicles. The procurement involves a requirement for 36 units of the kits, which include various components such as brackets and assemblies, and are crucial for operational readiness in military contexts. Interested U.S. companies must demonstrate their capability to manufacture these kits, handle classified information at the SECRET/No Foreign Nationals level, and provide detailed responses to a series of questions regarding their experience and facilities. Responses are due by October 4, 2024, and should be submitted electronically to the designated contacts, Ryan Heuchert and the PEO GCS Mailbox.
    NSNs to add to JLTVCI Contracts
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Columbus, is seeking proposals for the addition of National Stock Numbers (NSNs) to the Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) contracts. The opportunity involves a correction to a previously posted list of NSNs, which are essential components for military operations, including mechanical parts and materials necessary for the maintenance and enhancement of tactical vehicles. Interested parties, excluding current contractors such as Oshkosh and AM General, are encouraged to contact the primary point of contact, Rob Harris, at robert.harris@dla.mil or 614-692-5912, to discuss proposal submissions. The total contract duration is anticipated to extend until February 17, 2027, if all options are exercised.
    AN/MSN-7 Communication Central CLS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Contractor Logistics Support (CLS) for the AN/MSN-7 Communication Central System, also known as the Tower Restoral Vehicle (TRV). The contract aims to provide comprehensive maintenance and support for a fleet of eighteen AN/MSN-7 systems, ensuring operational readiness and compliance with a required operational availability rate of 98%. This system plays a critical role in providing deployable air traffic control services for the U.S. Air Force during deployment operations and temporary replacements of existing facilities. Interested vendors must submit their proposals electronically by September 24, 2024, at 12:00 PM CST, and can direct inquiries to Kimberly Simms at kimberly.simms.1@us.af.mil.
    SOLICITATION NOTICE for Forward Repair System (FRS) M7A1 Tool Load
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Forward Repair System (FRS) M7A1 Tool Load, with the intention of awarding a five-year Firm-Fixed Price (FFP) Requirements type contract. This procurement aims to acquire a highly mobile maintenance shop that includes essential tools and components for battlefield maintenance, which will be assembled at the Rock Island Arsenal - Joint Manufacturing and Technology Center. Interested small businesses are encouraged to register in the Procurement Integrated Enterprise Environment (PIEE) for proposal submission, with an anticipated delivery schedule of 12 units per month starting 120 days after the award. For further inquiries, interested parties can contact Barbara Rogowski at barbara.rogowski2.civ@army.mil or call 571-588-8949.
    STOPLIGHT, TAILLIGHT, VEHICULAR; ARMY MRAP WSDCS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Stop Light-Taillight components for Army MRAP WSDCs, specifically NSN 6220-01-093-4439. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires contractors to complete First Article Testing (FAT) prior to production, with an estimated annual quantity of 5,588 units over a five-year contract term. The solicitation is critical for ensuring the operational readiness of military vehicles, with proposals due on or about October 28, 2024, following an issue date of September 27, 2024. Interested parties should direct inquiries to Dorothy Ferebee at Dorothy.Ferebee@dla.mil or by phone at 804-279-3540.
    SPLASH GUARDS
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Land and Maritime is seeking qualified small businesses to provide splash guards and related components under a presolicitation for a five-year, Firm-Fixed-Price Indefinite Quantity Contract (IQC). The procurement includes four National Stock Numbers (NSNs) for items such as cushioning pads and splash guards, with a total estimated contract value of $1,710,409.29, emphasizing the importance of these components in military armored vehicle operations. The solicitation is expected to be available on DIBBS around September 11, 2024, for a period of 30 days, and interested parties can contact Joseph Coleman at DSN 312-850-4583 or via email at Joseph.Coleman@dla.mil for further details.
    Ground Vehicle System Center (GVSC) Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE Ground Vehicle System Center (GVSC) Commercial Solutions Opening (CSO): The United States Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC) in Warren, Michigan, is seeking to accelerate the delivery and sustainment of Ground System Capabilities. GVSC aims to develop systems that are resistive to immediate obsolescence and overmatch. They are looking to award FAR contracts under FAR Part 12, Commercial Procedures; or non‐FAR agreements such as transaction agreements under 10 U.S.C 4022; and Cooperative Agreements under 31 U.S.C. 6305 for GVSC and/or its customers. This CSO may result in awards to proposals for innovative, commercial technologies through multi‐phased, competitive processes throughout 2029.