SOURCES SOUGHT
A -- Advanced Armament Systems
- Notice Date
- 11/2/2010
- 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-11-X-A002
- Response Due
- 11/17/2010
- Archive Date
- 12/17/2010
- Point of Contact
- Michael Duffy, Contract Specialist, (973)724-6627
- E-Mail Address
-
Michael Duffy
(michael.duffy7@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command, Joint Munitions & Lethality (JM&L)Contracting Center, Picatinny, New Jersey has a requirement to provide overall support in developing and maintaining advanced Line-of- Site/Beyond-Line-of-Site (LOS/BLOS) armament systems. The work generally supports 105MM and 120MM systems, and may be kinetic energy or chemical energy related. The work is in support of the US Army Research, Development and Engineering Command at the Armament Research, Development and Engineering Center (RDECCOM-ARDEC), Picatinny Arsenal, Picatinny, NJ. Assignments will involve engineering and technology development, manufacturing, component and system testing, and system integration for LOS/BLOS armament systems. Direct fabrication and production of system components utilizing secure, contractor owned and managed facilities is required. Fabrication and production must be performed under an ISO 9000 Quality Management Program. The Government anticipates utilizing best value procedures to acquire an Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) with a ceiling price of $75 million and ordering period of 5 years. As the need for developing and maintaining advanced LOS/BLOS armament systems arises, Firm Fixed Price (FFP)/Cost-Plus Fixed Fee (CPFF) delivery orders will be awarded to the contractor(s) holding an IDIQ contract(s) in accordance with FAR 16.505(b)(1), Fair Opportunity. Contractors must have facilities to manufacture and assemble classified hardware up to Secret Level. Manufacturing capabilities should include compression molding of thick composite structures, as well as machining and assembly of hardware with energetic materials and depleted uranium penetrators. Contractors must possess valid NRC licenses required to handle, manufacture and store depleted uranium related systems up to and including Secret level. Contractors are also advised that the work will involve energetic/explosive material and as such must be experienced with standards such as DI-SAFT-81563, DI-SAFT-81299, and DI-SAFT-80101. Contractors must also be certified to handle classified drawings and technical information up to and including Secret. Any responsible and interested sources shall submit their qualifications and capabilities within fifteen (15) days of this notice to: Michael Duffy michael.duffy7@us.army.mil. Information provided should include your organization name, type of ownership including country, corporate management personnel, country location of management personnel, engineering and manufacturing facilities (including location), and summary of past experience covering the last five (5) years. This Market Survey is for planning purposes only and should not be construed as a request for proposal or an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this survey or otherwise pay for information solicited. The information you provide will only be used in developing an acquisition approach for future system research and development support.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/359c47c3e1daf5f25763c5db2b7b979d)
- Record
- SN02321134-W 20101104/101102234338-359c47c3e1daf5f25763c5db2b7b979d (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 |