Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOURCES SOUGHT

13 -- MK3 MOD 0 & MK12 MOD 1 PALLET

Notice Date
5/18/2017
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-R-0131
 
Archive Date
8/25/2018
 
Point of Contact
Brittany M. Howe, Phone: 3097826814, Carrie B. Lansing, Phone: 3097827636
 
E-Mail Address
brittany.m.howe.civ@mail.mil, carrie.b.lansing.civ@mail.mil
(brittany.m.howe.civ@mail.mil, carrie.b.lansing.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
MK 3 MOD 0 Pallet & MK12 MOD 1 Pallet Source Sought Notice Solicitation Number: W52P1J-17-R-0131 The U.S. Army Contracting Command - Rock Island, on behalf of the Program Executive Office Ammunition (PEO AMMO), is issuing a sources sought announcement in an effort to identify capable sources for the production and delivery of MK3 MOD 0 Pallets (NSN: 3990-00-039-0223, P/N: 564200) and MK12 MOD 1 Pallets (NSN: 3990-00-566-2472, P/N: 2645217) for Fiscal Year (FY) 2018-2022 requirements. The Government anticipates awarding one Firm Fixed Price (FFP) production contract with five one-year ordering periods. ITEM DESCRIPTION: The MK3 MOD 0 Material Handling Pallet is a steel wire weldment consisting of a deck, vertical supports and runners. The deck is composed of steel wire, assembled into a grid pattern of 2 inch squares and welded to the supports. Three formed sheet steel runners run fore and aft beneath the deck, with one runner on each side and one in the center. Nine steel vertical supports are welded to the runners and to the deck. The pallet is capable of transporting loads up to 4,000 pounds. The MK3 MOD 0 pallet measures 48 inches long by 40 inches wide by 4.75 inches high. The complete pallet is galvanized. The MK3 MOD 0 Pallet is a general-purpose four-way pallet used to handle unit loads aboard ship and at shore stations. A forklift, pallet truck, or pallet sling is used to transport and stack loads. The MK12 MOD 1 Material Handling Pallet is a steel wire weldment consisting of a deck, vertical supports and runners. The deck is composed of steel wire, assembled into a grid pattern of 2 inch squares and welded to the supports. Three formed sheet steel runners run fore and aft beneath the deck, with one runner on each side and one in the center. The center runner is wider than the outer runners. Nine steel vertical supports are welded to the runners and to the deck. The pallet is capable of transporting loads up to 4,000 pounds. The MK12 MOD 1 pallet is 45.5 inches wide by 35.0 inches long by 4.75 inches high. The complete pallet is galvanized. The MK12 MOD 1 Pallet is a general-purpose four-way pallet used to handle unit loads aboard ship and at shore stations. A forklift, pallet truck, or pallet sling is used to transport and stack loads. CRITICAL PROCESSES/SKILLS: Production of the MK3/MK12 Pallets requires specialized/critical skills and/or facilities, such as: projection and spot welding, hot dip galvanizing, and metal stamping/etching/engraving. The Technical Data Package (TDP) requires the pallets to be hot dip galvanized in accordance with ASTM A123/A123M. The final dimensions of the pallets have tolerances as tight as.062" which need to be precisely measured prior to galvanizing. This item's Technical Data Package requires all welded intersections to be welded in accordance with ASTM A185/A185M. MK3/MK12 Pallets must be metal stamped/etched/engraved with.25" characters.. RESPONSES: Interested companies who consider themselves capable of manufacturing the MK3/MK12 Pallets are invited to indicate their interest by providing the Government with the following information: a. Provide a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past/current relevant manufacturing experience and processes). b. Discuss the feasibility of or alternatives to the Government's preferred lead-time of 300 days after award for First Article Test (FAT) and 365 days after award for production deliveries to commence. c. Provide a Rough Order of Magnitude (ROM) prices for an approximate FY18 production quantity of 2,000 - 2,500 MK3 MOD 0 Pallet and 100 - 400 MK12 MOD 1 Pallet, and a ROM for each First Article Test Sample. d. Identify minimum and maximum monthly production quantities and identify the available capacity. e. Identify if your firm has ever produced the MK3 MOD 0 Pallet or the MK12 MOD 1 Pallet. If so, please state when it was last produced, who was the customer, the production rate under that contract, and the contract number. f. Identify your company's size status for the identified NAICS code in your response along with the following information: 1) Company name and address 2) Point of contract Name, phone, and email address 3) Company Cage Code NOTICE: The Technical Data Packages (TDP) associated with the MK3/MK12 Pallets are classified as Distribution A - approved for public release; distribution is unlimited. Interested vendors may request access to the TDPs at the following link: https://www.fbo.gov/fedteds/W52P1J17R0131 This sources sought announcement is for information and planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this sources sought announcement or otherwise pay for information solicited. Industry responses to this sources sought will not represent binding offers, and the Government cannot accept an industry response to form a binding contract. The Government intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of this item. All submissions are requested electronically within 30 calendar days form the date of this publication, 16 June 2017. All companies interested in a potential future solicitation for this item must be register in the System for Award Management (SAM) by visiting: https://www.acquisition.gov. Please submit all industry responses by 16 June 2017 to U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AR (B. Howe), 3055 Rodman Avenue, Rock Island, IL 61299-8000; E-mail: brittany.m.howe.civ@mail.mil. Please direct all questions pertaining to this sources sought to the POC identified herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/245451e4a77fb2f3028653e50ddb0f29)
 
Record
SN04514779-W 20170520/170519000745-245451e4a77fb2f3028653e50ddb0f29 (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  © 1994-2020, Loren Data Corp.