Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOURCES SOUGHT

96 -- Iron and Steel Forging

Notice Date
8/18/2020 9:11:30 AM
 
Notice Type
Sources Sought
 
NAICS
332111 — Iron and Steel Forging
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN20T0D3P
 
Response Due
9/7/2020 12:00:00 PM
 
Archive Date
09/22/2020
 
Point of Contact
Malgorzata Stroynowski, Elizabeth A. Horak, Phone: 9737245369
 
E-Mail Address
malgorzata.stroynowski.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil
(malgorzata.stroynowski.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil)
 
Description
NAICS Code: 332111 � Iron and Steel Forging The purpose of this amendment is inform industry is to provide a question from Industry, and the Government response: Question: The contract opportunity it states that this new proposal should be producing a ""FORGING"" either open or closed die (which is what we do) however the drawing calls out a ""CASTING"" . If we were to properly quote a proposal for a closed die forging we would need to know what material and spec , as the spec listed on drawing is for a casting. Response: The drawing was included to get an understanding of the configuration (what the forging will have to be machined to). In terms of an alloy, I want the companies to quote based on an alloy recommendation that will meet the mechanical properties listed in the notice. The purpose of this amendment is inform industry that the Distribution D Muzzle Brake Casting Drawing is available for review/consideration during this period of the market research and, to obtain it� please provide the current and approved DD2345 as well as submit the attached Non Disclosure Agreement (NDA) and �Technical Data Request Questionnaire (Form 1350 to howard.kane.civ@mail.mil and malgorzata.stroynowski.civ@mail.mil and to receive copy of the drawing.� Please note that this drawing is only being provided to assist in responding to this sources sought notice to assist with developing a capabilities white paper for market research purposes only.� There is no �guarantee an official solicitation will ever come to fruition. Upon receipt and review of these three documents, the contracts team will provide a copy of the drawing to your company�s designated employee named on the 1350 via the SAFE Website, https://safe.apps.mil/.� This Sources Sought Notice closes on 07 September 2020, after which time, the contracts team will no longer be providing copies of the drawing to any other interested parties associated with this notice.�� The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC), at Benet Laboratories, Watervliet, New York is conducting market research to determine the capability of businesses to develop a high strength muzzlebrake while maintaining weight objectives that can withstand extended firing distances to meet the Army�s long range precision fires modernization priority. The contractor will need to produce three total one piece forged, heat-treated and machined muzzlebrakes per the configuration on two supplied drawings. There will be a total of two different configurations.� The objective 0.2% yield strength minimum is 200 ksi.Th minimum required charpy impact values at -40�F is 15 ft-lbs.� The muzzlebrakes shall not have Magnetic Particle Inspection indications that exceed 1/8�. The following requirements need to be met to produce three forged, heat-treated and machined muzzlebrakes: Forging Design Forging shall be produced by open or closed die forging. A forging configuration drawing shall be submitted for approval. Forging shall be as close to near net shape as feasible. Forging reduction shall be a minimum of 3:1 Forging to be supplied in two machined configuration per the supplied technical data package. Heat-Treatment One of the forgings will be supplied in the annealed and machined configuration TBD. The two additional forgings will be quenched, tempered and machined to the dimensions specified on drawing 11580141 and meet the following Mechanical Properties in c. Mechanical test specimens to be removed from an integral prolongation of the forging. The objective 0.2% yield strength minimum is 200 ksi. The minimum required charpy impact values at -40�F is 15 ft-lbs.� MAGNETIC PARTICLE INSPECTION REQUIRED. METHOD � RECTIFIED AC, WET, FLUORESCENT, CONTINUOUS PER ASTM E1444/E1444M. ACCEPT/REJECT-Nothing allowable exceeding 1/8�. ������ 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. RESPONSES 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 INFORMATION PERTAINING TO THIS REQUIREMENT.� BACKGROUND: The applicable NAICS code for this requirement is 332111 (Iron and Steel Forging) with a Small Business Size Standard of 750. The Product Service Code is 9640 � Iron and Steel Primary and Semifinished Products. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Each potential source is requested to 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 this procurement. �Firms shall also provide point of contact information, where available, for the efforts cited above.� 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 size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). All data should be sent at no cost to the US Government by September 07, 2020 to the US Army CCDC AC. ATTN: malgorzata.stroynowski.civ@mail.mil and elizabeth.a.horak2.civ@mail.mil 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.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The official response must be submitted to Email: �howard.kane.civ@mail.mil and malgorzata.stroynowski.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/2fb39d1775684f28848bce884dc04462/view)
 
Record
SN05764326-F 20200820/200818230210 (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.