Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is seeking information on potential vendors for Sustainment Support Services for the Amphibious Combat Vehicle. This Sources Sought notice aims to assess the marketplace for qualified small businesses capable of providing program management, logistics, engineering, and related support services. Interested parties should respond with their capabilities by the specified deadline.
Request for Information (RFI) / sources sought notice (SSN)
Program Executive Officer - Land Systems (PEO LS)
Program Manager Advanced Amphibious Assault (PM AAA) – Amphibious Combat Vehicle (ACV) Sustainment Support Services
M67854-25-I-0161
04 AUG 2025
NOTE: 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 be used to create 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 respondent's submission to this RFI or the Government's use of any such information. The Government reserves the right to reject, in whole or in part, any respondent's input resulting from this RFI. No contract will be awarded from 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.
1.0 Purpose:
Data submitted in response to this RFI will be used to assess the marketplace environment to provide the United States Marine Corps (USMC) with the support described below.
The Program Executive Officer Land Systems (PEO LS), Program Manager Advanced Amphibious Assault (PM AAA) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10, to determine the availability of qualified, experienced, and interested SMALL BUSINESS vendors, as defined in FAR Part 19.
PEO LS seeks information from potential sources who can support the PM AAA Program with an efficient mix of personnel utilizing an effective combination of experience to provide an adaptable, flexible team structure that is best suited to accomplish and perform Sustainment Support Services for the Amphibious Combat Vehicles (ACVs) Family of Vehicles (FoVs). PEO LS’ emphasis is on a potential vendor’s organization structure that maximizes productivity, efficiency, and accountability. A potential source would be required to execute a scope of work that provides for high quality, timely, and well-integrated sustainment support services.
2.0 Background
Given ongoing ACV fielding efforts, PM AAA anticipates a requirement for Sustainment Support Services. The primary focus is to support tasks related to the fielding and sustainment of ACV, and associated variants, capable of providing support for:
3.0 Request for Information
PEO LS anticipates a requirement for a contractor to provide Sustainment Support Services for the AAV FoVs and ACV FoVs, as described below. This notice sets forth the basic requirements for interested parties who may possess the capabilities to provide the necessary support and services for the PM AAA sustainment efforts.
The North American Industry Classification System (NAICS) code for this requirement is anticipated to be 541330, Engineering Services.
The anticipated Period of Performance will consist of a base year (12 month) contract, and four one-year (12 month) option periods beginning in Fiscal Year 2027. All options may or may not be exercised.
PEO LS anticipates that the work to be performed under this potential contract will involve access to some sensitive and classified information. The vendor will be required to have a Secret Facility Clearance and will require certain contractors to obtain and maintain classified access and eligibility. The vendor shall have a valid Secret Facility Clearance and a Space certified for Secret Safeguarding Level for both discussion and storage requirements prior to classified performance at the contractor’s facility.
The Contractor would be responsible for providing ACV sustainment solutions under the management of PM AAA at the Marine Corps Systems Command, Quantico, Virginia, and various other locations as necessary, including, but not limited to: Albany, GA; Barstow, CA; Camp Pendleton, CA; Camp Lejeune, NC; Okinawa, Japan, and the contractor’s own facilities. The Government requires a vendor who can provide an adaptable, flexible team structure that is best suited to accomplishing both planned and emergent tasks. The successful vendor will be required to execute a scope of the work that provides for high quality, timely, and well-integrated support services by incorporating the proper labor category mix and demonstrating the most effective use of personnel.
The contractor would potentially be tasked with some or all the following services/supplies:
The ACV business, acquisition, logistics, engineering, and testing related requirements include:
The warehouse support services, the Contractor shall perform and complete:
For technical publication support services, the Contractor shall perform and complete:
The capabilities in support of field services support shall perform and complete:
ACV FoVs Tasks:
PM AAA Product Management support tasks shall consist of, but are not limited to, the below efforts supporting the ACV FoVs:
PM AAA Installer tasks shall consist of, but are not limited to, the below efforts supporting the ACV FoVs:
PM AAA Equipment Specialist tasks shall consist of, but are not limited to, the below efforts supporting ACV FoVs:
The FSRs, Product Managers, and Installers may be required to work beyond an eight-hour day and occasional weekends.
4.0 Responses:
Interested vendors possessing the requisite skills, resources, and capabilities necessary to perform the potential requirements are invited to respond to this RFI via submission of an executive summary of no more than 15 pages in length, to include the cover letter and contact information, on 8.5 x 11 inch paper, with 1 inch margins, using 12-point Times New Roman font, describing product summary, complete technical support capabilities, and training and support capabilities. All responses must include the following information:
Please do not submit proposals at this time. The Government is only seeking information for market research to determine the availability of qualified, experienced, and interested sources. 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 a page-by-page basis with "Source Selection Information-See FAR 2.101 and 3.104" indicated in the header and footer. 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.
The Government will not acknowledge receipt of responses. Availability of any formal solicitation will be announced separately.
Responses shall be received no later than 10:00 A.M. local time Quantico, VA, 11 September 2025. Responses shall be submitted electronically via e-mail or Department of Defense (DoD) Secure Access File Exchange (SAFE) and all attachments must be in Microsoft Office compatible format or searchable (non-scanned) PDF compatible format. Emailed submissions shall be submitted to the Contracting Officer, Shanna Laging at shanna.laging@usmc.mil and Contract Specialist, Matthew Mercer at matthew.mercer@usmc.mil, with the below subject line.
“Company Name_RFI_Response_M6785425I0161_PM AAA SSS”
Telephonic inquires or replies will not be entertained.
5.0 Questions:
Questions regarding this announcement shall be submitted no later than 10:00 A.M. local time, Quantico, VA, 25 August 2025 and only in written format by e-mail to the Contracting Officer, Shanna Laging at shanna.laging@usmc.mil and Contract Specialist, Matthew Mercer at matthew.mercer@usmc.mil, with the below subject line. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information.
“Company Name_RFI_Questions_M6785425I0161_PM AAA SSS”
The information provided in the RFI 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 RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.
SUSTAINMENT SUPPORT SERVICES FOR THE AMPHIBIOUS COMBAT VEHICLE (ACV) IN SUPPORT OF PROGRAM MANAGER ADVANCED AMPHIBIOUS ASSAULT (PM AAA) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.