Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2017 FBO #5564
SOURCES SOUGHT

13 -- Market Survey 120mm M31 FINS

Notice Date
2/14/2017
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN17X08Q0
 
Archive Date
4/15/2017
 
Point of Contact
Mark T. Bobitka, Phone: 9737245368
 
E-Mail Address
mark.t.bobitka.civ@mail.mil
(mark.t.bobitka.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager Combat Ammunition Systems (PM CAS) is conducting a market survey to identify potential sources that are capable of manufacturing and delivering the 120mm M31 Fins to be provided to the Load/Assemble/Pack (LAP) facilities for mortar cartridge ammunition. The purpose of this market survey is to obtain current information on the capability of potential sources to provide the 120mm M31 Fin production requirement to the Army in the FY19-FY23 timeframe. Item Description: The 120mm M31 Fin is used on all 120mm mortar cartridges (HE, Illumination, Smoke, and Full Range Practice rounds). The fin is assembled to the rear of the mortar cartridge to stabilize and orient the cartridge. The M31 Fin is an eight bladed two piece (fin and tube) fin assembly approximately 9.25 inches long and 4.75 inches in diameter at the blades. The fin component is machined from an extrusion of 2024-T8511 aluminum, and the tube is machined from a seamless extruded tube, extruded rod or alloy rod rolled 2024-T3511 aluminum. The M31 Fin assembly is anodized (Finish 7.2.1 of MIL-STD-171). The center is hollow to allow insertion of an ignition cartridge. Gas and flame are vented from the ignition cartridge though flash holes drilled in the tube section of the fin assembly. The performance of the fin is critical to the flight characteristics of the mortar cartridge. Requirements: The potential production requirement is a five (5) year Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) Contract, to include five (5) one-year ordering periods with a total estimated maximum contract quantity of 1,507,903 (ea) M31 Fins. It is anticipated that up to two IDIQ contracts will be awarded as a result of this Solicitation. Potential contractors that possess the technical, financial and facility resources necessary to meet the USG's requirements will be awarded a base IDIQ contract. Delivery orders will be competed/awarded as requirements arise. The Request for Proposal (RFP) is planned for a 1QFY18 release, which will include a TDP for the M31. Submission Information: A response to this survey should show adequate technical and manufacturing capability and the satisfactory past performance in the metal parts forming industry. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate its ability to obtain those resources within the timeframe required to meet first article. Respondents should provide the following information for the evaluation to enable the U.S. Government to develop acquisition plans and to meet the aforementioned production requirements. a. A summary of their company including: • Name of company, address, and CAGE code; • Point of contact, name, telephone number, and email address; • Business size information; b. A description of facilities/equipment, manufacturing processes, inspection capability, personnel to include; • Location of facility or proposed facility; Identify the manufacturing equipment and systems required to produce each component; • Provide current and previous experience in manufacture of M31 Fins or comparable items of similar complexity, including required start-up efforts and relevant past performance history to include if they are currently manufacturing this item or have made this item or similar items in the past • The minimum procurement quantity required for production. USG estimates monthly production deliveries of 15,000 to 25,000 per month. • Present the expected lead times for the design, fabrication and qualification of the tooling and equipment required to produce and inspect these components, if applicable. Include any information on long-lead materials or schedule drivers as well as your expected time from contract award to first delivery. • Provide a brief description of the quality management system to be used and identify any associated certification(s) (i.e. ISO 9001-2000). The respondent should provide sufficient details to the U.S. Government so as to make a reasonable assessment on the capability to produce these items at the required rates. This information is for reference and planning purposes only. The U.S. Government will not pay for any information submitted nor for any costs associated with providing this information. This market survey is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the U.S. Government. All information submitted will be held in a confidential status. The contractor shall provide all information requested in this notification within 30 days of this publication by electronic mail at no cost to the US Government, to Mark Bobitka, ACC-NJ-CA, Phipps Road, Bldg. 10, Picatinny Arsenal, NJ 07806-5000, mark.t.bobitka.civ@mail.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f29a9de7e65ff245715b949e4ce96778)
 
Place of Performance
Address: CC-NJ-CA, Phipps Road, Bldg. 10, Picatinny Arsenal, NJ 07806-5000, Picatinny, New Jersey, 07806-5000, United States
Zip Code: 07806-5000
 
Record
SN04402492-W 20170216/170214235115-f29a9de7e65ff245715b949e4ce96778 (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.