SOURCES SOUGHT
59 -- ADL Shoe Assemblies
- Notice Date
- 7/31/2020 5:25:46 AM
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-20-X-0D21
- Response Due
- 8/17/2020 12:00:00 PM
- Archive Date
- 09/01/2020
- Point of Contact
- Howard Kane, Phone: 9737247476, Elizabeth A. Horak, Phone: 9737245369
- E-Mail Address
-
howard.kane.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil
(howard.kane.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil)
- Description
- � NAICS Code: 334419 Other Electronic Component Manufacturing � The U.S. Army Contracting Command � New Jersey, (CCNJ) on behalf of Combat Capabilities Development Command Armaments Center (Benet Laboratories), is conducting market research to determine the capability of businesses to manufacture, assemble, package, an Ammunition Data Link (ADL) Shoe Assemblies in accordance with (IAW) the Government owned technical data package (TDP) that will be provided if an official solicitation is released. The potential contractor would ensure that the associated material, parts, and subassemblies meet the pertinent drawings and specifications referenced within the TDP. The TDP will not be provided for this market survey, as manufacturing capabilities should provide sufficient information at this time. Ammunition Data Link (ADL) system in which data is transferred from the Abrams Fire Control to a round chambered in the M256 Breech.� The ADL Shoe Assembly is a sub-component of the ADL Breechblock Assembly which is a required component in the signal pathway from the Abrams Fire Control to the Programmable Ammunition loaded in the breech. DISCLAIMER 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 US GOVERNMENT.� 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.� Ammunition Data Link (ADL) system in which data is transferred from the Abrams Fire Control to a round chambered in the M256 Breech.� The ADL Shoe Assembly is a sub-component of the ADL Breechblock Assembly which is a required component in the signal pathway from the Abrams Fire Control to the Programmable Ammunition loaded in the breech. BACKGROUND: The applicable NAICS code for this requirement is 334419 with a Small Business Size Standard of 750. The Product Service Code is 5999-Miscellaneous Electrical and Electronics Components. The Government anticipates that if a solicitation were to follow, a small business set aside would be utilized. The Government is interested in seeing if there is potential for further setting this procurement aside for various socio-economic subcategories. The Government is encouraging 8(a), HubZone, WOSB, SDVOSB to submit capability statements. SUBMISSION DETAILS: Each potential source is requested to provide capability statements of their respective firms. Information with regard to manufacturing capabilities and a list of current manufacturing equipment would be required. If the firm has a history with Government contracts, please provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the potential effort. Firms shall also provide point of contact information, where available, for the efforts cited above.� Firms shall clearly mark their proposals with socio-economic subcategory information (backup relating to such is preferred). In addition, please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and socioeconomic status. The official response must be submitted at no cost to: Howard Kane, CCNJ-JA. �Only electronic submittals will be accepted and should be sent to Email: howard.kane.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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/66184864b8e04dba90fb2731df3d3b4b/view)
- Record
- SN05742175-F 20200802/200731230150 (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 |