SOURCES SOUGHT
13 -- 30MM x 173 Armor Piercing, Fin Stabilized, Discarding Sabot - Tracer (APFSDS-T) Ammunition
- Notice Date
- 9/4/2014
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN14X4828
- Response Due
- 9/30/2014
- Archive Date
- 11/3/2014
- Point of Contact
- Michael Grant, 973-724-6742
- E-Mail Address
-
ACC - New Jersey
(michael.a.grant92.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Naval Surface Warfare Center, Indian Head Explosive Ordnance Technology Division, Picatinny Detachment is currently seeking sources capable of manufacturing 30MM x 173 Armor Piercing, Fin Stabilized, Discarding Sabot - Tracer (APFSDS-T) ammunition. This item is for the Navy MK 46 Mod 2 Gun Weapons Systems (GWS) and is required to combat surface targets at extended ranges. The manufacture of these cartridges includes all components and Load, Assemble and Pack (LAP). ACC-NJ is contemplating an Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle with Firm-Fixed Price (FFP) delivery orders for FY15-FY19 with limited competition to the National Technology Industrial Base (NTIB). Should such a contract be pursued, the quantities procured (FY15-FY19) would be approximately 165,000 rounds. Ammunition characteristics that are considered highly desirable are as follows: The cartridge must meet the requirements as set forth in Performance Specification PRF WS-35585A. The cartridges shall be linked together with the Bushmaster II link and packed 30 to a container in the M592 container. The ammunition must be suitable for Navy Surface ship applications and meet the safety requirements needed for U.S. Navy Weapon Systems Explosive Safety Review Board (WSESRB) certification. In responding to this Sources Sought, respondents should provide the following information: Past performance history of manufacturing the requested item or similar items Summary of the respondent's technical and manufacturing capabilities Identification of those major components that would be subcontracted Describe your production rate flexibility, including your maximum production rate attainable, and minimum sustaining rate Describe your environmental and ballistic test facilities capable of supporting typical ammunition First Article and Lot Acceptance tests Description of your quality plan Description of your safety plan Company size (please identify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran- Owned Small Business, or Service-Disabled Small Business. Respondents must have personnel trained and experienced in handling energetic materials. Energetic materials are extremely hazardous and environmentally sensitive. Strict US Government security requirements are mandated for their storage and handling. The Performance Specification is listed as Distribution D, Distribution authorized to the Department of Defense (DOD) and US DOD Contractors Only. These documents contain 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. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25. The Performance Specification will be made available through the Procuring Contracting Officer upon request, and after submission of a valid DD2345, a signed Non-Disclosure Agreement (NDA) and AMSTA-AR Form 1350 Technical Data Request Questionnaire. In addition, each company shall include the following information as a part of their request for the Performance Specification: Company name, Address, Company Cage Number, DUNS number, Company Size, Business Point of Contact, Technical Point of Contact. Other than the requested Performance Specification and information provided in this notice, no other Technical Data will be provided. If a Request For Proposals (RFP) is issued in the future, the solicitation announcement and release will include all pertinent information for interested sources to submit their best offers. If a RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. Not responding to this notice does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential Offerors to monitor these websites for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this survey. All information collected from this market survey shall be used for PLANNING PURPOSES ONLY. This information is being collected for market research purposes and not as a request for proposal or as an obligation on part of the Government. The Government will not award a contract on the basis of this market survey and will not pay for information solicited. Please clearly identify any proprietary information submitted. All information submitted will be retained in the solicitation file as market research and will not be released to the public. All interested sources shall also provide the organization name, address, point of contact, phone number, fax number, e-mail address, taxpayer identification number, DUNS number, and CAGE Code. All responding sources must email their response submissions no later than 30 September 2014 to: POC: Michael Grant, Contract Specialist 973-724-6742 michael.a.grant92.civ@mail.mil Army Contracting Command - New Jersey (ACC-NJ) Building 10, Phipps Road Picatinny, NJ 07806
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e0d32c5452c18fe3420627e997ccd4eb)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03495993-W 20140906/140904235644-e0d32c5452c18fe3420627e997ccd4eb (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 |