Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SOURCES SOUGHT

10 -- Manufacture of M2 Flexible, M2 Fixed, M2A1, M2A2, M3P M2A1/M2A2 Conversion Kits Spares and contractor operator/maintainer training services.

Notice Date
6/11/2020 11:40:32 AM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN20X0C2H
 
Response Due
6/29/2020 3:00:00 PM
 
Archive Date
07/14/2020
 
Point of Contact
Michael Grace, Phone: 973-724-5855, Sergio F. Moraga, Phone: 9737242013
 
E-Mail Address
michael.f.grace4.civ@mail.mil, sergio.f.moraga.civ@mail.mil
(michael.f.grace4.civ@mail.mil, sergio.f.moraga.civ@mail.mil)
 
Description
DESCRIPTION: The U.S. Army, Army Contracting Command - New Jersey at Picatinny Arsenal is conducting a market survey on behalf of the Project Manager Soldier Lethality (PMSL) to identify potential sources and their capability of manufacturing the M2 Flexible (NSN: 1005-00-322-9715, Part Number: 8401485), M2 Fixed (NSN: 1005-00-957-3893, Part Number: 5910630), and M2A1 (NSN: 1005-01-511-1250, Part Number: 13028723), M2A2 (commercial configuration built by US Ordnance), M3P (NSN: 1005-01-303-5250), M2A1 conversion kits (NSN: 1005-01-585-3101, Part Number: 13027964), M2A2 Conversion kits (Commercial configuration built by US Ordnance), �as well as special tools, spare barrels, contractor spare part packages, and contractor operator/maintainer training services. General Dynamics Ordnance and Tactical Systems (GDOTS) has a license agreement with the US Government that permits the use of the contractor's proprietary Technical Data Package (TDP) to acquire further M2A1s from any source, which includes a royalty provision. The US Government does not have a license agreement for the M2A2 commercial configuration. SPECIFICATION: Production of the weapons will encompass, but not be limited to, complex machining of parts, .50 caliber barrel manufacturing processes including gun drilling and rifling, and protective finishes including manganese phosphate and chrome lining for gun barrels. Potential offerors will be required to maintain a higher lever quality system, such as ISO 9001 or an equivalent. Proof firing and acceptance test firing of the guns is required. The offeror will be required to have range facilities and be able to receive and properly secure machine guns and ammunition provided by the Government to support test requirements. Offerors must have adequate production facilities as well as storage and proper security. Storage and Security requirements are in accordance with DoD 5100.76-M, and the facility must be capable of passing a Defense Security Service (DSS) Survey. TDP Requirements for planning purposes (drawings will not be provided as part of this Market Survey / Sources Sought Notice): The TDPs are marked Distribution D (Authorized to the Department of Defense and DoD contractors only). Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the TPD. (See www.dlis.dla.mil/jcp/ for instructions and information). Requests for the TPD shall be submitted in writing using AMSTA-AR Form 1350 Technical Data Request Questionnaire (sample attached) along with a signed DD 2345 Militarily Critical Technical Data Agreement form and a fully executed Non-Disclosure and Non Use Agreement (sample attached). This TDP contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or 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. This also applies to distribution of the TDP to all Subcontractors at every level. In order to provide the data to foreign subcontractors, offerors must apply for an export license. An offeror's delay in applying for DD 2345 certification or an export license will not be a basis to extend the closing date of any future request for proposal. PLANNED ACQUISITION: The following is being provided for planning purposes in response to this sources sought notice. Should a competitive solicitation be released, the resulting contract type is anticipated to be a five (5) year Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with minimum/maximum quantities. A future contract may require the successful completion of a First Article Test (FAT) with a report submitted to the Government within 18 months after award. The M2 Flex, M2 Fixed, and M2A1 weapons will be procured utilizing the Technical Data Packages (TDPs) which are restricted as Distribution D with associated export restrictions. Upon 45 days after FAT approval, delivery shall commence. �The estimated quantities for this acquisition are 1000 weapons of any configuration annually. SUBMISSION INFORMATION: Interested firms who believe they are capable of manufacturing .50 caliber machine guns are invited to indicate their interest by providing the Government a brief summary of their company's capabilities, facilities, personnel and past manufacturing experience. Include potential monthly production capabilities, and FAT and delivery lead times in your responses. �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: �1. Company Name �2. Company Address �3. Company Website �4. CAGE code and DUNS Number �5. Company point of contact and phone number �6. Major partners or Suppliers �7. The North American Industry Classification System (NAICS) code for this effort is 332994 with a small business size standard of 1,000 employees. Based on this information is your business considered a small business? �8. Type of Business (Small Business, Large Business, 8a Small Business, Hub zone Small Business, or Service Disabled Veteran Small Business) and Number of Employees. �9. 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 government. The development of the product was done exclusively at private expense. �(c) ( ) None of the above applies. Explain: �10. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). �11. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. �12. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). �13. Identify lead-time, including supplier/design qualification efforts and production ramp up time. Also identify minimum order quantities required to fulfill delivery orders. �14. Please provide rough indication of pricing and any pricing data. �15. Please provide any additional comments. Response: Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and rough indication of pricing. All information is to be submitted at no cost or obligation to the Government. Any pricing data, if available, should be sent at NO COST to the US Government. Please note: Respondents will not be notified of the results of this survey or results of information submitted. Any hardcopy information provided will not be returned. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the US Government. THE TDP WILL NOT BE PROVIDED IN SUPPORT OF THIS ANNOUNCEMENT. All interested parties should provide this information within 15 days of this notice to: US Army Contracting Command - New Jersey, ATTN: Michael Grace, Contract Specialist Email: michael.f.grace4.civ@mail.mil and Sergio F. Moraga, Contract Specialist Email: sergio.f.moraga.civ@mail.mil BUILDING 9 PHIPPS RD PICATINNY ARSENAL, New Jersey 07806-5000 United States Please identify the M2 Series Sources Sought/Market Research as the subject of your response. This is a market survey, not a pre-solicitation notice. *Please note: this market survey is for information and planning purposes only, does not constitute a pre-solicitation notice, and is not to be construed as a commitment by the Government. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under/in relation to this announcement. If a formal solicitation is generated at a later date, a solicitation notice will be published.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cc2a9cae4aeb4e42b6c6060ec5e3a51c/view)
 
Record
SN05688075-F 20200613/200611230203 (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.