Government Responses to DRAFT Request for Proposal Industry Feedback - Project Management Mounted Armored Vehicles
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army has issued a Special Notice providing the Government's official responses to industry questions regarding the Draft Request for Proposal (RFP) for the Project Management Mounted Armored Vehicle Logistic Fielding Support Services (PM MAV LFSS) requirement. This notice is for informational purposes only; the Government is not seeking or accepting proposals or additional feedback at this time.
Purpose & Scope of Clarifications
This announcement follows pre-solicitation Notice W912CH-25-R-0182 and includes a consolidated "Question_Response_Matrix_PM_MAV_LFSS_RFP" document. Key clarifications provided for the draft RFP include:
- Scope of Work: Vehicle maintenance and repair may involve depot-level refurbishment, reset, or recapitalization, including structural repair, subsystem replacement, and survivability upgrades. Modification Work Order (MWO) installations can range from field-level to complex system integrations.
- Technical Data & Property: The Government will provide necessary technical data packages and Government Furnished Equipment (GFE).
- Work Directives (WDs): The Government retains the unilateral right to issue WDs of any size within the contract's general scope, with the IDIQ having a maximum hour limit.
- Past Performance: Relevancy thresholds are targets; multiple contracts can demonstrate relevancy. Private industry contracts are acceptable, and prime contractor status is not required.
- Cost Accounting System: Offerors undergoing system review should provide status and DCAA POC; final adequacy letters can be submitted post-proposal but pre-award.
- Cyber Requirements: Prime contractors must list Tier 1 suppliers at contract award. CMMC Level 2 with C3PAO certification is required for subcontractors handling CUI.
- Labor Categories: The minimum experience for Field Service Representatives (FSRs) will be revised from 10 years to 5 years.
- Personnel Clearances: A revised DD 254 will reflect Secret FCL and T3 eligibility requirements, not SCI.
Contract & Timeline
- Type: Special Notice (Informational)
- Product Service Code: K023 - Modification Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles
- Set-Aside: None specified
- Published: April 2, 2026
- Place of Performance: El Paso, AR, United States
Key Takeaways
Several sections of the final RFP will be revised to incorporate these clarifications. Interested parties must continue to monitor SAM.gov for any future notices, amendments, or the release of the official RFP for this requirement.