Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

R -- Chrome Plating Services

Notice Date
5/14/2020 1:32:12 PM
 
Notice Type
Sources Sought
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0BLG
 
Response Due
6/16/2020 1:00:00 PM
 
Archive Date
07/01/2020
 
Point of Contact
Lester Croft, Wilson Au
 
E-Mail Address
lester.c.croft.civ@mail.mil, wilson.w.au.civ@mail.mil
(lester.c.croft.civ@mail.mil, wilson.w.au.civ@mail.mil)
 
Description
The U.S. Army Contracting Command � New Jersey (CC-NJ), on behalf of the Armaments Engineering Analysis and Manufacturing (AEA&M) Directorate of the Combat CapabilitiesR425 Development Command (CCDC) Armaments Center at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide Chrome Plating Capability for the inside diameter of large alloy steel tubes. BACKGROUND: The AEA&M Directorate of the CCDC Armaments Center evaluates, utilizes and characterizes a wide range of materials and processes to manufacture hardware for prototype designs and Low Rate Initial Production (LRIP) quantities in support of the development of multiple systems for the Army Modernization priorities.� These range from weapons and ammunition to ground combat vehicle components, as well as providing Production, Sustainment, and Foreign Military Sales support for existing systems. The increase in CCDC Armaments Center R&D initiatives and overseas mission requirements have placed additional demand on existing in-house and contractor metal finishing resources currently used by the AEA&M Directorate. To maintain demanding R&D program schedules and deliveries, qualified vendors must be readily available for manufacturing support. SCOPE: � The contractor shall provide hard chrome plating to the inside diameters of 4xxx series, heat treated and finish machined steel tubes per SAE AMS2460, Class 2D.� The contractor shall also have the ability to thermally soak the tubes within 72 hours after chrome plating. �This soak should hold a surface temperature of 375 degrees (deg.) Fahrenheit (F), +/- 25 deg. F, for 8 to 8.5 hours.� The following size ranges will be required: Length: 40-50 feet Inside Diameter: 6 � 12 inches Outside Diameter: 12 � 24 inches The applicable NAICS code for this requirement is 332813 with Small Business Size Standard of 500 Employees. The Product Service Code is R425.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. VENDOR QUESTIONNAIRE: The purpose of this questionnaire is to obtain information from industry to assist in the market research.� Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: Company Name Company Address / Country Represented / Website Company point of contact and phone number Business Size ((i.e. large, small, disadvantaged, veteran owned, woman owned) number of employees, CAGE Code / DUNS Number Location where primary work will be performed (if more than one location, please indicate the percentage for each location). Commerciality (a.) Our product as described above, has been sold, leased or licensed to the general public (b.) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain Major partners or suppliers. Identify existing job sites (identify what percentage would be supporting this new effort and what additional resources would be required). Identify manufacturing, managing and engineering experience of like staircase and dumb waiter or of equal or greater complexity. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. Please provide any additional comments. This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the U.S. Government.� The U.S. Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The closing date for responses to this request is no later than June 16, 2020 at 4PM Eastern Time. All data received is in response to this Sources Sought marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All submissions are to be made by electronic mail to both Points of Contact (POC) for this action: Lester Croft, Contracting Specialist, email: lester.c.croft.civ@mail.mil; and Wilson W. Au, Contracting Officer, email: wilson.w.au.civ@mail.mil. �Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/52f964133c014ed88018287577327680/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN05658409-F 20200516/200514230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.