Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOURCES SOUGHT

14 -- Squib Activated Batteries for the HAWK Missile System

Notice Date
10/8/2019
 
Notice Type
Sources Sought
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
W31P4Q20R0008
 
Point of Contact
Dianna Cooper, Phone: 2568764608, Lisa J. Battle, Phone: 256-876-4912
 
E-Mail Address
dianna.cooper2.civ@mail.mil, lisa.j.battle.civ@mail.mil
(dianna.cooper2.civ@mail.mil, lisa.j.battle.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government's intent is to identify qualified companies capable of developing and manufacturing Squib Activated Batteries for the HAWK Missile System, NSN 6135-00-484-8566, APN 10181788, NAICS Code 335912. This subsequent effort requires the contractor to conduct First Article Testing on the HAWK Squib Activated Batteries IAW Federal Acquisition Regulation (FAR) 52.209-3. Testing requirements will be waived if sufficient data showing proof of sales of exact or similar units to any US Government agency within the past two (2) years is submitted PRIOR TO BIDDING (the subsequent solicitation). This requirement is for the purchase of new Squib Activated Batteries unique to the HAWK Missile Systems that are already in the field. The contractor shall comply with Department of Defense (DoD) Manual 4145.26, DoD Contractor's Safety Manual for Ammunition and Explosives, concerning all facilities and operations for manufacturing, handling, transporting, storing, or testing ammunition explosives. Operations and facilities involving explosives and related dangerous materials shall be made available by the contractor for survey by US Government safety personnel upon request. Responsible small businesses responding to this RFI are expected to demonstrate compliance with the Limitations on Subcontracting Clause of FAR 52.219-14 by articulating the portions of work that the small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform. Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with {one or more of} the NAICS applicable to the requirements of this acquisition. The prime small business responding to this RFI must include their past experience in managing subcontractors on similar requirements, and include subcontractor or teaming partners past experience applicable to requirements specified in this RFI. Any interested parties must comply with the above. All information received will be used only for planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services. Any response to this synopsis will be treated as information only. No entitlement to payment of direct costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. If the Government issues a solicitation, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/efd9b5069b350526266da591da3e0bac)
 
Place of Performance
Address: Army Contracting Command, ATTN: CCAM-AL-H, BLDG 5303, Martin Road, Redstone Arsenal, Alabama, 35898-5280, United States
Zip Code: 35898-5280
 
Record
SN05471004-W 20191010/191008230701-efd9b5069b350526266da591da3e0bac (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.