1.0 SYNOPSIS
This request for information (RFI) is for planning purposes only and does not constitute any obligation on the part of the Government to procure any products or services or to issue a solicitation. This RFI is the initiation of market research under Federal Acquisition Regulation (FAR) part 10 and is not a request for proposal (RFP). No solicitation document exists currently. In addition, the Government is under no obligation to pay for information submitted in response to this RFI and cannot accept responses to this notice as offers. Vendors should clearly mark any information considered proprietary as appropriate. The Government will hold in confidence any responses to this RFI indicating that information therein is proprietary or represents confidential business information.
2.0 PURPOSE
This RFI seeks industry information for the manufacture and delivery of up to 3,000 Reducible Height Gunner Protection Kits (RHGPK), Integrated Turret Drive System kits, and Conversion kits.
As part of this RFI, the Government will make available the RHGPK Technical Data Package (TDP) for the RHGPK in Adobe Acrobat Portable Document Format (PDF) which will be electronically transmitted during the solicitation period. The RHGPK TDP is categorized as Distribution D. It also contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. These distribution controls apply to all subcontractors at every level. Only contractors who have a completed and signed DD 2345 - Militarily Critical Technical Data Agreement (Attachment 1) and a Non-Disclosure and Non-Use Agreement (NDA) (Attachment 2) to be executed by an authorized representative of the respondent's firm, will be granted access to the TDPs. To receive a copy of the TDP(s), interested parties must email a signed copy of the DD 2345 - Militarily Critical Technical Data Agreement, and Non-Disclosure and Non-Use Agreement along with their response to the RFI to Contract Specialist, Mr. David (Austin) Cox at david.cox1@usmc.mil and Contracting Officer, Mr. Kelvy Donovan at kelvy.donovan2@usmc.mil with the subject line “RFI – M67854-25-I-0193 Program Manager Motor Transport RHGPK”.
3.0 REQUESTED INFORMATION
Specifically, the Government is interested in obtaining the following information:
- Vendor’s ability to build from a Government provided TDP.
- Vendor’s previous experience procuring and working with Armor Grade Metals comprised of Rolled Homogeneous Armor (RHA) (MIL-A-12560), High-Hard Steels (MIL-DTL-46100 or MIL-DTL-46177), and Aluminum 7085 (MIL-DTL-32375) via laser cutting and/or water jet cutting, metal removal processes, Computer Numerical Control (CNC) machining and welding on ferrous materials.
- Vendor’s ability to apply adhesives, Chemical Agent Resistant Coating (CARC), MAGNI 565 Aluminum protective coating, and procure/manufacture transparent armor in accordance with ATPD-2352 (Transparent Armor For Use On Military Vehicles).
- Vendor’s ability to fabricate tooling, modify tooling to achieve required tolerances, or modify tooling to fabricate revised designs.
- Vendor’s ability to procure and/or manufacture the following in the associated quantities per RHGPK:
- Bag, Textile NSN 8105-01-569-2113 Qty: 1
- Handle, Door, Vehicular NSN 2540-01-592-8702 Qty: 1
- Improved Turret Drive System (ITDS) Joystick NSN 1290-01-552-4497 Qty: 1
- Latch, Pintle Hook NSN 2540-01-563-5854 Qty: 1
- Seat, Vehicular NSN 2540-01-550-7246 Qty: 1
- Strap, Webbing NSN 5340-01-605-1517 Qty: 8
- Maintenance Kit, Vehicular NSN 4910-01-714-7141 Qty: 1
- Shackle NSN 4030-00-185-0489 Qty: 2
- Vendor’s ability to comply with shipping and labeling requirements as notated in MIL-STD-2073-1, MIL-STD-209, MIL-STD-129, and MIL-STD-147.
- Vendor’s ability to produce a minimum of 40 RHGPKs per month commencing no later than 180 days after contract award.
- Vendor’s plan to apply traceability to all material purchases by lot number.
- Vendor’s documentation of similar efforts to include contract number, scope, and magnitude of effort.
- Vendor’s ability to perform and maintain configuration management in accordance with ANSI/EIA-649-B.
- Vendor’s ability to produce Item Unique Identification (IUID) in compliance with MIL-STD-130N, DoDI 5000.64, and DoDM 4140.01 using Government provided TDP.
4.0 RESPONSES
Information in the RFI response shall include the following:
- Vendor’s name, address, telephone number, email address and point(s) of contact (including name and title).
- Business Type (e.g.: large, small, disadvantaged, HUBZone, etc.).
- Commercial and Government Entity (CAGE) code and Data Universal Numbering System (DUNS) number.
- A brief description of similar work the vendor performed (If applicable, include contract number and point of contact).
- Size if business pursuant to North American Industry Classification System (NAICS) code 336992 (Military Armored Vehicle, Tank, and Tank Component Manufacturing).
In addition to answering the requirements outlined in this RFI, interested parties shall submit a brief Statement of Capabilities introducing their organization; a rough-order-of-magnitude (ROM) related to cost and schedule, for a minimum of 100 units, schedule/lead times associated to low-rate initial production and full rate production quantities. Submissions marked confidential shall be rejected.
Responses shall be provided via email in Adobe Acrobat PDF format and be limited to no more than 10 pages (size: 8.5 x 11 pages, single spaced, with 1-inch margins), using Times New Roman 12 pt. font or equivalent. The submission shall be clearly readable and legible. Any charts and graphics will count toward the overall page count.
RFI responses are due no later than 22 September 2025 at 1600 Eastern Standard Time (EST) to Contract Specialist, Mr. David (Austin) Cox at david.cox1@usmc.mil, and Contracting Officer, Mr. Kelvy Donovan at kelvy.donovan2@usmc.mil, by email only with the subject line “RFI – M67854-25-I-0193 Program Manager Motor Transport RHGPK”. Telephone replies will not be accepted.
5.0 QUESTIONS
Questions or comments regarding this notice may be addressed to Contract Specialist, Mr. David (Austin) Cox at david.cox1@usmc.mil, and Contracting Officer, Mr. Kelvy Donovan at kelvy.donovan2@usmc.mil, by email only. No questions will be accepted after 25 August 2025 at 1400 EST. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to the SAM website at https://www.sam.gov so that all interested parties will benefit from the same information. It is the industry’s responsibility to monitor the site for the release of any amendment to this announcement; however, if some of the answers to the industry’s question include Controlled Unclassified Information (CUI), only vendors who have provided the Government with their U.S. Postal mailing address and valid CAGE code will be provided such information.
NOTICE - The Government may use non-Government support contractors to assist in collecting and reviewing market information submitted in response to this RFI. Contractual organizational Conflict of Interest clauses and non-disclosure agreements bind these contractors to refrain from disclosing information they may access while performing their obligations to the Government.