Sources Sought Due Soon

ACV Alternator Conversion

Solicitation Number: M67854-25-I-0201 Response Deadline: September 02, 2025 at 10:00 AM (2 weeks from now)

Description

NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT NOTICE ONLY. This sources sought notice 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 notice 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 Sources Sought Notice 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 notice. No contract will be awarded as a result of this announcement. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 1. Introduction The United States Marine Corps (USMC), Program Executive Officer Land Systems (PEO LS), Program Manager, Advanced Amphibious Assault (PM AAA) is responsible for the development/production of the Amphibious Combat Vehicle (ACV) Family of Vehicles (FoV). The ACV acquisition program meets Acquisition Category Level I requirements. 2. Purpose The ACV is configured with a 910 amp alternator manufactured by C.E. Niehoff & Co. (Niehoff). The original design of the ACV included a Niehoff Model N1705 Alternator. The ACV was later retrofitted with an alternator better suited to the marine environment; Niehoff Model N1706. The Marine Corps is still in possession of spare, brand new N1705 alternators which can no longer be installed on the ACV. PM AAA is seeking information from alternator equipment manufacturers to support the conversion of the N1705 Alternator to the N1706. The manufacturer must be able to: Convert a N1705 Alternator to an N1706 in accordance with the Original Equipment Manufacturer s (OEM) specifications. Return the equipment to the government with new OEM data plates and markings that indicate its configuration as an N1706. Provide the appropriate documentation to support the Government s requirements for shipping, receipt and accountability. Take receipt of equipment shipped from the Government and ship equipment back to the Government. Specify any warranty information that comes with the converted equipment. 3. Objective Data submitted in response to this Sources Sought Notice will be used to assess the marketplace environment for businesses to provide the United States Marine Corps all labor, supplies, materials, tools, testing, equipment, and transportation in support of the requirements described above. 4. Submission Instructions and Format Interested vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this Sources Sought Notice via a submission of an executive summary on 8-1/2 x 11-inch paper, no more than 10 pages in length, using 12-point font describing the alternator conversion process. All responses shall include the following information: Company name, address, email, telephone number, point(s) of contact; Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number; Size of business pursuant to North American Industrial Classification System (NAICS) code 336320; Please respond to the following questions in addition to submission of your company s capability statement: Are you an authorized Niehoff third-party dealer, vendor, or repair facility? Provide approximate lead times to design, manufacture, test, and deliver the component (please provide duration for each of these major categories of activity and identify to what extent they overlap). Description of existing component engineering and design capability, emphasis of the response should be on capability that exists and is available today or that can be modified to meet the requirements listed above. Provide historic performance of trade space component, highlighting those that meet ACV requirements listed above, or which can be altered to meet the requirements above. Specifically, provide information on operation of products in salt-water environments. 5. Responses Please do not submit proposals at this time. The Government is only seeking information on sources for market research to determine the availability of qualified, experienced, and interested potential vendors. Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on each page containing proprietary information. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this notice is proprietary. Questions regarding this announcement shall be submitted in written format by e-mail to the Contract Specialist, Ms. Hana Musser, at hana.p.musser.civ@usmc.mil and the Contracting Officer, Ms. Shanna Laging, at shanna.laging@usmc.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Telephonic inquires or replies will not be entertained. Questions to this notice shall be submitted via email to the Contract Specialist, Ms. Hana Musser, at hana.p.musser.civ@usmc.mil and the Contracting Officer, Ms. Shanna Laging, at shanna.laging@usmc.mil no later than 2:00 P.M. EST on 21 August 2025. The subject line of the email shall read as follows: Company_Name_M67854-25-I-0201_ Questions_ACV Alternator Conversion This Sources Sought Notice does NOT constitute an RFP nor a promise to issue an RFP in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. The Government is not seeking proposals at this time and will not accept unsolicited proposals. It is the Contractor s responsibility to check the System for Award Management (SAM) website at https://www. sam.gov/ to get additional data regarding future potential solicitations. Contractors are advised the Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice. The information provided in the Sources Sought Notice is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed and the release of this Sources Sought Notice should not be construed as a commitment or authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Responses to this notice shall be submitted via email to the Contract Specialist, Ms. Hana Musser, at hana.p.musser.civ@usmc.mil and the Contracting Officer, Ms. Shanna Laging, at shanna.laging@usmc.mil no later than 10:00 A.M. Eastern Time Zone on 02 September 2025. The subject line of the email shall read as follows: Company_Name_M67854-25-I-0201_ ACV Alternator Conversion

Award Information

Not yet awarded

Notice Timeline

Sources Sought

Aug 14, 2025

Place of Performance
Quantico, Virginia
USA

Contacts

primary
Shanna Laging

shanna.laging@usmc.mil

7037846655

secondary
Hana Musser

hana.p.musser.civ@usmc.mil

7037846720

Agency
DEPT OF DEFENSE
DEPT OF THE NAVY
USMC
MARCOR SYSCOM
COMMANDER
Classifications
NAICS: 336320
PSC: N/A
Set Aside: N/A
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (10 hours ago)
Aug 15, 2025
Due (2 weeks from now)
Sep 02, 2025 10:00 AM