Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOURCES SOUGHT

10 -- M249 Lightweight Collapsible Buttstock

Notice Date
7/7/2010
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-10-X-0462
 
Response Due
7/23/2010
 
Archive Date
8/22/2010
 
Point of Contact
Vincent Turco, Contract Specialist, (973)724-2016
 
E-Mail Address
Vincent Turco
(vince.turco@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought M249 Lightweight Collapsible Buttstock Assembly (LCBS) This notice is a Sources Sought announcement only. There is no Solicitationpackage available at this time. This is not a Request For Proposal (RFP) or an Invitation For Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract (see FAR 15.201(e). This Market Research, Request For Information (RFI), and any submitted samples are for M249 LCBS performance analysis and planning purposes only. Responses shall not be considered as proposal in response to RFP or IFB; an obligation from the U.S. Government to acquire any products or services; or an authorization to incur any cost in anticipation of such authorization. The Government will not reimburse respondents for information solicited nor for any samples submitted for testing. The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. Description:The U.S. Army Joint Munitions and Lethality Contracting Center, Picatinny Arsenal, NJ, on behalf of PM Crew Served Weapons anticipates release of solicitation for the fabrication and delivery of M249 Lightweight Collapsible Buttstock Assemblies (LCBS), and associated Spare Parts, for use on the M249 Machine Gun, in accordance with the Government Technical Data Package (TDP), the associated individual drawings, Quality Assurance Provisions (QAP), Specialized Packaging Instructions (SPI) and the Statement of Work (SOW). NAICS Code: 332994 The M249 LCBSs are to be manufactured, inspected, assembled, packaged, and shipped in accordance with the Government TDP and the Statement of Work (SOW) which will be available when the solicitation is released. The LCBSs will be deployed on the 5.56MM, M249 Squad Automatic Weapon (SAW) Machine Gun. The M249 is a gas operated, air cooled machine gun which fires linked ammunition from the open bolt position and is capable of providing sustained accurate fire in support of infantry operations. In general, this LCBS consists of various CNC turned/milled (up to 5-axis may be necessary) billet aluminum and steel parts, an injection molded plastic part, Commercial Off The Shelf (COTS) fasteners, an impact mitigation system as well as formed spring steel components. Tolerances of the parts can be held as tightly as 1/1000 of an inch. Many of the parts are heat treated and then have a final protective finish (e.g. phosphate/anodize) conforming to various military standards. After fabrication, the parts then are to be assembled to produce the buttstock assembly. Assembly may include pressing pins and bushings into place, flaring ends of fasteners and applying proper torque to screws after the addition of thread locking adhesives. The assembled unit weight is approximately 1.9 pounds. Inspection of these parts is to conform to various military standards and drawings and may require coordinate measuring machines, optical comparators, etc. The contractor would need to at minimum be capable of performing the above tasks in-house or be proficient in subcontracting the tasks out to qualified vendors. Since this M249 LCBS is on the US Munitions List, an ITAR registration is required. Interested parties are required to show verification of a valid, NOT expired, ITAR registration. This is a requirement IN ADDITION TO the requirement to be registered with the US/Canada Joint Certification Office with an approved DD 2345 Militarily Critical Technical Data Agreement. ALL documents must be provided PRIOR to receiving a TDP. To obtain a copy of the TDP, AFTER the Solicitation package is released, interested contractors must mail/email, to the POC listed below, a signed and approved DD Form 2345 Military Critical Technical Data Agreement along with a completed and signed AMSTA-AR Form 1350 Technical Data Questionnaire (with all appropriate supporting AMSTA-AR Form 1350 supporting documentation) and a completed and signed U.S. Government Non-Disclosure / Non-Use Agreement. The TDP will be supplied on a CD ROM disc and will be an Exhibit with the Solicitation package. It will be marked with a Distribution D restrictive marking which limits distribution to US based Department of Defense (DoD) contractors only. This TDP contains technical data whose export is restricted by the Arms Export Control Act (Title 22. U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979(Title 50, U.S.C., App. 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties. At this time, there is no firm Request for Proposal (RFP) or anticipated release date. It is anticipated that any RFP will result in award of a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity Contract with five one year ordering periods. The Government may elect to award multiple IDIQ contracts with each order placed via the Fair Opportunity process. The maximum program ordering quantity is estimated to be 172,000 each, M249 LCBS plus associated Spare Parts, plus First Article Test quantities. The minimum program ordering quantity is estimated to be 2,000 each M249 LCBSs, if multiple contracts are made or 4,000 each M249 LCBSs if one contract is made. In addition, it is anticipated that First Article Test quantities, as required, must be furnished as well. Proposals will be required within thirty (30) days after release of the solicitation. The expected First Article Test (FAT) is requirement is for ten (10) M249 LCBS, five (5) assembled and five (5) disassembled; one hundred eighty (180) days after contract award. Production deliveries, plus associated Spare Parts, will commence forty-five (45) days after contractor receipt of written Government approval of the First Article Test. It is anticipated that production deliveries will start at a rate of 500 M249 LCBSs the first month, ramping up to a rate of 1,100 M249 LCBSs the second month and all subsequent months for the balance of the first Delivery Order (DO). Any subsequent DO will have its own unique delivery schedule. Spare Parts are anticipated to be included as a requirement in any subsequent solicitation. Their quantities and deliveries will be decided upon with each Delivery Order. Responses:Submission should be Office 2007 compatible. If any of the material provided contains proprietary information, then mark and identify disposition instructions. Responses from interested parties, should include, but are not limited to, the following: Interested firms should provide their address, point-of-contact with telephone number, e-mail address. If you wish to be considered for any program preference you must indicate each one of your types of business (Small Business, Large Business, 8a Small Business, Hubzone Small Business, Service Disabled Veteran Small Business, Minority Owned, Etc.) and whether you are certified as to type. Any pricing data for this type or any similar type of items which you have previously manufactured. Ability to meet the quantities of the monthly delivery requirements. Ability to ramp up quickly to the maximum program ordering quantity. Any other Performance Data and/or Test Reports. Facility size and capabilities. Please state if you are considering using Subcontractors; If yes, please list subcontractors and their type of business,(i.e., Small business, 8(a), Hubzone, Small Disadvantaged Veterans Owned Businesses). Company History in designing, producing and delivering systems same or similar in scope and complexity to the M240 LCBA. List any prior contracts, with contact person, (Especially any DOD contracts) of the same or similar items manufactured by you. Is the contractors item of a type customarily used by the general public or by non-governmental entities for purposes other than governmental purposes and has been sold, leased, or licensed to the general public; or, been offered for sale, lease, or license to the general public? Submission Information:Any and all information shall be sent at no cost to the U.S. Government. All responsible and interested contractors are encouraged to respond to this Request For Information (RFI). They shall submit their capabilities/qualifications data and any pertinent information in hard copy or via email, by 23 July 2010, to the Point of Contact (POC) listed below. Hardcopy submissions shall consist of one original and two copies, referencing Market Survey # W15QKN-10-X-0462. All responses to this Sources Sought notice shall be in writing (English Language). The POC for this action is Vincent Turco, Contract Specialist, U.S. Army Joint Munitions and Lethality Contracting Center, AMSCC-JML-SW, BLDG. 9, Picatinny Arsenal, NJ 07806-5000. Email: vince.turco@us.army.mil. Electronic Submittals to be sent to the POC at the email address above. The Government will accept written questions by email to the above listed POC. ANY AND ALL INFORMATION PROVIDED WILL NOT BE RETURNED. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9bfc407d0ef9c58144ea67008d3ea681)
 
Record
SN02198758-W 20100709/100707235359-9bfc407d0ef9c58144ea67008d3ea681 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.