ContractPresolicitation

DRAFT Request for Proposal Project Management Mounted Armored Vehicle Logistic Fielding Support Services

DEPT OF DEFENSE W912CH-25-R-0182
Response Deadline
Mar 13, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Presolicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Army, is seeking industry feedback on a draft Request for Proposal (RFP) for Project Management Mounted Armored Vehicle Logistic Fielding Support Services (LFSS). This five-year contract aims to provide comprehensive logistic support for various armored vehicle families, including the Armored Multi-Purpose Vehicle, M113, Bradley Fighting Vehicle, and others, across both CONUS and OCONUS locations. The services will encompass field service representatives, vehicle maintenance, training, and program management support, which are critical for the production, deployment, and sustainment phases of the acquisition life cycle. Interested parties are encouraged to submit their feedback by March 13, 2026, to the designated contacts, Darla Lasky and Jill Wagner, via email, as this is a request for information only and not a solicitation for proposals.

Classification Codes

NAICS Code
811111
General Automotive Repair
PSC Code
K023
MODIFICATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES

Solicitation Documents

19 Files
RFI-PM MAV Logistics Fielding Support Service Technical Support (1).docx
Word38 KBJul 1, 2025
AI Summary
The document is a Request for Information (RFI) issued by the U.S. Government to assess industry capabilities for providing Post-Production Logistic Fielding and Sustainment Support for the Project Management Mounted Armored Vehicle (PM MAV) portfolio. This RFI seeks voluntary responses to help shape acquisition strategies for services related to training, deprocessing, logistics support, and maintenance for military vehicles, specifically the Bradley Fighting Vehicle, Armored Multi-Purpose Vehicle, and M88 Combat Recovery Vehicle. Key services include instructor-led training, vehicle inspection, operational readiness checks, and Field Service Representatives' responsibilities. Respondents are encouraged to specify their experience with training, deprocessing processes, and logistical support, armed with various technical manuals and qualifications. The document outlines stringent guidelines for submission, including proprietary information protection, documentation format, and requirements for responding by June 30, 2025. The RFI aims to gather industry input to inform future solicitations while emphasizing the non-binding nature of responses regarding government obligations.
(Blank)_QRM_for_PM_MAVLFSS_DRAFT_RFP_SOW_.xlsx
Excel22 KBMar 6, 2026
AI Summary
This document outlines instructions for reviewing and classifying comments on government RFPs, federal grants, and state/local RFPs. It details a structured approach for evaluating feedback, categorizing comments into three levels: Critical, Substantive, and Administrative. Critical comments address potential program-stopping issues affecting cost, performance, or schedule. Substantive comments identify correctable program problems and require recommendations with rationale. Administrative comments focus on document structure, readability, and formatting. The instructions also specify classification as 'Unclassified' or 'CUI' for each review question. A 'Question Matrix' template is provided, including fields for vendor details, RFP reference, page/paragraph numbers, classification, comment level, question, and rationale. Comments lacking clear rationale or governing citations cannot be categorized higher than Administrative unless their impact on program performance, interoperability, or support is explicitly justified. This structured review process ensures comprehensive and consistent evaluation of feedback on government solicitations.
DRAFT W912CH-25-R-0182.pdf
PDF1501 KBMar 6, 2026
AI Summary
This government solicitation, W912CH-25-R-0182, outlines a Request for Proposal (RFP) for a five-year, single-award, Indefinite Delivery Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract. The contract seeks Logistic Fielding Support Services (LFSS) for various Project Manager Mounted Armored Vehicles (PM MAV) vehicle portfolios, including AMPV, M113, M88, Bradley, and MLRS Family of Vehicles (FoVs). The services will be provided in both CONUS and OCONUS locations. Key aspects of the solicitation include full and open competition, evaluation based on a best value trade-off process, and specific instructions for offerors regarding fill-ins, questions, and access to controlled attachments. The document details electronic contracting requirements via the PIEE Solicitation module and emphasizes timely submission of proposals. It also outlines the Contract Line-Item Number (CLIN) structure for ordering periods and platforms, order pricing based on established hourly rates, and minimum/maximum order quantities. The fixed fee structure for both Completion and Term Work Directives is thoroughly explained, including calculation examples. Additionally, the SOW outlines general requirements such as work authorization, limitations, contractor personnel qualifications, performance locations, travel, deploying personnel documentation, quality assurance, Contract Data Requirement List (CDRL) deliverables, and various required meetings.
Contract Data Requirements List (CDRLs A001-A.docx
Word83 KBMar 6, 2026
AI Summary
The document outlines the Contract Data Requirements List (CDRL) for the LFSS CDRL project, detailing over 40 data items (A001-A044) required from the contractor. These items cover a wide range of deliverables including meeting minutes, briefing materials, various financial reports (man-hour estimates, cost and hour reports, contract funds status), technical reports (fielding hand-off documentation, resource distribution tables, inspection and maintenance reports, training support packages), quality deficiency reports, government property inventory reports, and various compliance certificates (OPSEC, Antiterrorism, iWatch training). Each data item specifies the title, subtitle, authority, contract reference, requiring office (primarily PEO-GCS), distribution statement, frequency, and crucial remarks regarding submission deadlines, formats (e.g., Microsoft Office, Excel, CADE website), and government review/rejection procedures. The overall purpose is to establish a clear framework for data submission and reporting to ensure project oversight, compliance, and effective communication between the contractor and the government, often utilizing the PEO GCS online CDRL tool.
Attachment 0002 DRAFT PM MAV LFSS CSDR Plan.xls
Excel149 KBMar 6, 2026
AI Summary
The document outlines the Cost and Software Data Reporting Plan for the PM Mounted Armored Vehicles (MAV) program, covering vehicles like AMPV, Bradley, M113, and M88 FoV, with a focus on sustainment. It details the reporting requirements for an ACAT I (MDAP) program, specifying the use of a FlexFile for cost reporting and requiring at-completion costs for standard functional categories and recurring/nonrecurring costs. The plan lists a comprehensive Work Breakdown Structure (WBS) encompassing logistic fielding support, unit operations, maintenance, sustaining support, and continuing system improvements. It also defines specific submission events for cost and hour reports and maintenance and repair parts data reports, with due dates spanning from late 2026 to late 2031. The remarks section provides detailed instructions for data collection, WBS element specification, submission date determination, and requirements for the Cost and Hour Report (FlexFile), Quantity Data Report, Maintenance & Repair Parts Data Report, Technical Data Report, Resource Distribution Table (RDT), and a CSDR Readiness Review. Additionally, it identifies various orders/lots and a detailed list of end items, including numerous configurations of AMPV, M113, and Bradley vehicles, for which data reporting is required.
Attachment 0003 Resource Distribution Table - 102025 revision.xlsx
Excel45 KBMar 6, 2026
AI Summary
This document provides comprehensive instructions for contractors on completing the Resource Distribution Table (RDT) deliverable, a critical component of federal government RFPs, grants, and state/local RFPs. Contractors must utilize provided
Attachment 0033 W912CH-25-R-0182 Solicitation DD 254.pdf
PDF1465 KBMar 6, 2026
AI Summary
This DD Form 254 outlines the security classification specifications for a federal government Request for Proposal (RFP) identified as W912CH-25-R-0182, due December 31, 2025. The RFP is for Logistics Field Service Support and Sustainment Services for Project Manager Mounted Armored Vehicles (PM MAV) Vehicle Portfolio, including Bradley Fighting Vehicle, AMPV, MLRS, M113, and M88 Combat Recovery Vehicle Families of Vehicles, as well as Foreign Military Sales countries. The contractor will provide maintenance, repair, overhaul, equipment modification, installation, and technical representative services. A SECRET facility security clearance is required, though no safeguarding of classified information is needed at the contractor's facility. The contractor's employees will require a favorably adjudicated T5 or T5R with SCI eligibility and must be U.S. persons. Access to COMSEC information, Restricted Data, and Controlled Unclassified Information (CUI) is anticipated, with specific handling and reporting requirements outlined. All classified and CUI materials are government property, with strict controls on access, generation, storage, and public release. The contract emphasizes compliance with NISPOM, 32 CFR Part 117, and other DoD security regulations. Subcontracting requires written approval and notification to the National Security Agency. Counter-Intelligence Awareness and Reporting (CIAR) is a mandatory requirement. The document also details requirements for Common Access Cards (CACs), IT system access, and mandatory government training.
Attachment 0038 - GOVERNMENT FORMAT PRICING MODEL (GFPM).xlsx
Excel215 KBMar 6, 2026
AI Summary
The Government Format Pricing Model (GFPM) is a crucial tool for Offerors responding to this government RFP. Prime Offerors must complete the GFPM, providing direct labor rates supported by justifying data. Subcontractor Offerors are required to complete a separate subcontractor GFPM (GFPM-Subs) and submit it to the prime for government submission. The GFPM details pricing across five ordering periods, with Offeror input required in highlighted cells for prime and subcontractor labor, travel/ODC, and material costs. Key tabs include “Minimum Qualifications” for certification of employee qualifications, “Escalation” for labor escalation rates, and “Composite Labor Rates” which auto-populate. The “Prime Ceiling Rates” and “Subcontractor Ceiling Rates” tabs auto-calculate cost ceilings (FBLRs less fee plus 10% CONUS/20% OCONUS) to address unforeseen circumstances related to labor costs. The “Total - Summary,” “Total - Detail,” “CLINs - Summary,” “CLINs - Detail,” and “TO Template” tabs provide overviews and organizational structures, requiring no direct Offeror input. The overall proposed price is calculated in the “Total - Summary” tab, emphasizing the comprehensive nature of the pricing model for evaluation.
Attachment 0039 - GOVERNMENT FORMAT PRICING MODEL - SUBCONTRACTORS (GFPM-SUBS).xlsx
Excel68 KBMar 6, 2026
AI Summary
The Government Format Pricing Model for Subcontractors (GFPM-Subs) provides instructions for subcontractors to submit detailed labor pricing for federal government RFPs. Subcontractors must complete the GFPM-Subs, providing direct labor rates justified by supporting data. The "Subcontractor Labor Build" tab requires input on hours and fully burdened labor rates (FBLR), ensuring no negative fee percentages. The "Escalation" tab outlines labor escalation rates, which must meet or exceed government minimums. The "DBA" tab addresses Defense Base Act Insurance, requiring evidence of inclusion in indirect costs. The "Sub FBLR" tab allows subcontractors to transfer proposed FBLRs to prime offerors, ensuring compliance with government-provided floor rates. The document lists various labor categories and their associated floor rates across five ordering periods for both CONUS and OCONUS locations.
Attachment 0040 - Small Business Participation Factor Workbook 03SEP25.xlsx
Excel697 KBMar 6, 2026
AI Summary
The
Attachment 0041 - Small Business Participation Workbook Instructions LFSS.pdf
PDF213 KBMar 6, 2026
AI Summary
The “Small Business Participation Factor Workbook Instructions” outlines requirements for federal contractors concerning small business involvement in solicitations. It details the workbook’s four tabs: Cover Sheet, PS Tab, Roll-Up Tab, and Reports Tab, with specific instructions for each, including data entry, formula preservation, and definition of terms. Key definitions cover prime contractors, subcontractors (first and second tier), affiliates, joint venture members, and various socioeconomic categories like Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The document specifies how to calculate and report small business participation, distinguish between prime and subcontracted work, and handle excluded subcontracts. It also provides guidelines for Other Than Small Business (OTSB) offerors on reporting past subcontracting performance and stresses the importance of accuracy and consistency in proposals.
Attachment 0042 - Certification for Subcontractors Not Registered in SAM.docx
Word28 KBMar 6, 2026
AI Summary
The document is a certification form for small business size and socioeconomic status for proposed subcontractors not registered in the System for Award Management (SAM). It provides instructions for both prime offerors and subcontractors on how to complete the form. Prime offerors are required to insert the Solicitation Number, NAICS code, and size standard before sending it to the subcontractor. Subcontractors must fill in their company details and certify their status as a Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), or Service Disabled Veteran Owned Small Business (SDVOSB). The form clarifies that certain certifications like 8(a) SDB or HUBZone SB cannot be self-certified and require SBA certification and SAM registration. The purpose is to ensure compliance with federal acquisition regulations regarding small business contracting.
Attachment 0043 - Survey of Prospective Contractor Accounting System Checklist.pdf
PDF705 KBMar 6, 2026
AI Summary
This government file outlines the audit procedures for contractor accounting systems, specifically focusing on prospective and incurred cost audits. It details requirements for auditors to verify the contractor's accounting system design, ensure compliance with Generally Accepted Accounting Principles (GAAP), and assess the segregation of costs, proper billing, and reliable data for future pricing. The audit process involves reviewing historical data, evaluating internal controls, and addressing any deficiencies found in previous audits. The document also emphasizes the importance of verifying the contractor's ability to produce detailed cost information and reconcile it with payroll records. It further specifies the need to determine if additional audit procedures are required to respond to identified risks and ensure the system's effectiveness for both current and future contracts. The objective is to ensure the contractor’s accounting system is adequate for government contracts.
Attachment 0044 - PM MAV LFSS Past Performance Questionnaire.docx
Word44 KBMar 6, 2026
AI Summary
The “Past Performance Questionnaire” is a crucial document for awarding federal contracts, requiring candid and factual responses regarding a contractor's past performance. It is divided into four parts: Contract Identification, Offeror's Representative Identification, Evaluation, and Respondent Identification. The evaluation section provides a detailed rating scale (Exceptional to Unsatisfactory, Too Soon to Tell, Not Applicable) and asks for assessments on various performance aspects, including program management, cost adherence, timeliness of supply and performance, technical support, training effectiveness, deprocessing, MWO installations, and quality management. For each rating, an explanation is required, with additional comments on contractor fault versus government actions or external factors for adverse issues. The questionnaire concludes by requesting information on any other problems or accomplishments and respondent details, ensuring a comprehensive assessment of a contractor's capabilities and past conduct.
Attachment 0045 2015-0025 Rev 39 Nationwide Wage Determination.pdf
PDF90 KBMar 6, 2026
AI Summary
The U.S. Department of Labor's Wage Determination No. 2015-0025, Revision No. 39, dated December 3, 2025, outlines wage rates and fringe benefits for employees on U.S. Department of the Army contracts for weapons and support system maintenance. It covers a nationwide scope and details rates for administrative, automotive, IT, instructional, machine tool, materials handling, mechanics, technical, and transportation occupations. The determination also includes specific non-standard occupations. Fringe benefits mandate $5.55/hour for Health & Welfare, with a special rate of $5.09/hour for contracts covered by Executive Order (EO) 13706, which also requires paid sick leave. Vacation benefits accrue after 1, 5, and 10 years of service, and eleven paid holidays are specified. Hawaii has different Health & Welfare rates. Footnotes clarify exemptions for computer employees and provide guidance on uniform allowances and the conformance process for unlisted occupations. The document emphasizes adherence to SCA Directory of Occupations for job duties and outlines procedures for requesting additional classifications and wage rates.
Attachment 0046 1988-0407 Rev 69 Nationwide Inspector Wage Determination.pdf
PDF66 KBMar 6, 2026
AI Summary
This government file, Wage Determination No.: 1988-0407, outlines the required wages and fringe benefits for employees working on contracts subject to the Service Contract Act. It specifies a rate of $24.98 per hour for an Inspector (occupation code 99240). The document details fringe benefits including health & welfare ($5.55/hour or $5.09/hour for EO 13706 covered contracts), vacation (2 weeks after 1 year, 3 weeks after 5 years), and eleven paid holidays annually. It also addresses uniform allowances, requiring contractors to furnish uniforms or reimburse employees, and pay $3.35 per week for cleaning unless uniforms are
Attachment 0048 MMIS Report Template.xlsx
Excel16 KBMar 6, 2026
AI Summary
This document outlines instructions and examples for the
RFI Extension through 11JUL.docx
Word38 KBJul 8, 2025
AI Summary
The document is a Request for Information (RFI) issued by the United States Government (USG) regarding the provision of logistic field service support and technical services for Mounted Armored Vehicle (MAV) Systems, specifically targeting programs for the Bradley Fighting Vehicle, Armored Multi-Purpose Vehicle, and M88 Combat Recovery Vehicle from July 2026 to July 2031. The RFI seeks to gather industry capabilities to fulfill support services without binding the USG to a solicitation. It outlines the types of services required, including equipment training, vehicle deprocessing, and maintenance operations, emphasizing the need for specialized personnel and adherence to safety and quality protocols. Companies are invited to respond, providing information about their qualifications, capabilities, past experiences, and how they manage proprietary data. The document includes detailed instructions for submission and specifies the required responses regarding company information and operational capabilities, particularly in training methods and logistical support for both domestic and international operations. The RFI's overall goal is to assess potential contractors' abilities to contribute to the USG’s armored vehicle support strategies effectively.
Industry Day Announcement for PM MAV Logistics Field Service Support V1.pdf
PDF101 KBJul 9, 2025
AI Summary
The U.S. Army Contracting Command-Detroit Arsenal (ACC-DTA) and Project Management Mounted Armored Vehicles (MAV) are organizing an Industry Day for the upcoming Request for Proposal (RFP) related to the Logistic Field Service Support for PM MAV Systems. The event is scheduled for August 26, 2025, at the Detroit Arsenal, with registration starting at 0900 EST and presentations at 1000 EST. Attendees will have the opportunity to view vehicles, including the Armored Multi-Purpose Vehicle and Bradley Fighting Vehicle. Before the event, companies are encouraged to review publicly posted documents on the System for Award Management (SAM) and submit questions or feedback via email. To attend, companies must register by August 1, 2025, ensuring they are registered in SAM, and are limited to two attendees each. The government will post an agenda and further details on SAM before Industry Day, aiming to prepare industry participants thoroughly for the forthcoming RFP process. Overall, this Industry Day serves as a platform for engagement between the government and potential contractors, enhancing understanding of the project requirements and facilitating collaboration.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 13, 2025
amendedAmendment #1Jun 13, 2025
amendedAmendment #2Jul 1, 2025
amendedAmendment #3Jul 8, 2025
deadlineResponse DeadlineMar 13, 2026
expiryArchive DateMar 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC- DTA

Point of Contact

Name
Darla Lasky

Place of Performance

El Paso, Arkansas, UNITED STATES

Official Sources