Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2021 SAM #7316
SOURCES SOUGHT

99 -- Tool and Die Design Services

Notice Date
12/10/2021 7:59:38 AM
 
Notice Type
Sources Sought
 
NAICS
541420 — Industrial Design Services
 
Contracting Office
USA CCDC ARMAMENTS CENTER PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-22-X-0M34
 
Response Due
12/24/2021 2:00:00 PM
 
Archive Date
01/08/2022
 
Point of Contact
Jessica Rakauskas, Phone: 9737248895, William Bakula, Phone: 973-724-5160
 
E-Mail Address
jessica.l.rakauskas.civ@army.mil, william.g.bakula.civ@army.mil
(jessica.l.rakauskas.civ@army.mil, william.g.bakula.civ@army.mil)
 
Description
SOURCES SOUGHT W15QKN-22-X-0M34 INTRODUCTION The DEVCOM Armaments Center, ACC-NJ, Picatinny Arsenal, NJ is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Tool and Die design services for deep draw copper products and transfer press operations. The intention is to procure these services on a competitive basis BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION,OR ISSUED ON A SOLE SOURCE BASIS. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location: DEVCOM � Armaments Center,�B3150, Machine Shop,�3150 Gately Rd., Dover, NJ 07806 40% On-Site Government, 60% Off-Site Contractor 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.� PROGRAM BACKGROUND The Materials, Manufacturing and Prototype Technology Division (MM&PT) continues to be responsible for the design and fabrication of transfer press tooling and production automation for ammunition components.� These toolsets primary functions are deep drawing copper alloys and in-die assembly (Bullet Assembly / Cartridge Assembly) to support several ongoing development and prototyping programs. These efforts will provide test articles to several other divisions of DEVCOM Armaments Center, PM-MAS, and US SOCOM.� REQUIRED CAPABILITIES The contractor shall provide personnel to provide deep draw / assembly tooling design support for bullet assembly operations and similar transfer press operations. This includes support for current components in development and future programs. This support shall include but not limited to: initial design of tooling, producibility analysis, prove-out and testing, diagnosis, and continuous improvement of press operations and deep draw / assembly processes in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret security clearance for their personnel within sixty (60) days of award of contract.� This contract will not require the contractor to store or handle classified SECRET information at their facility.� No facility clearance is required. ELIGIBILITY The applicable NAICS code for this requirement is 541420 Industrial and Tooling Design Services with a Small Business Size Standard of $7.5M. 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. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft PWS and draft are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 5 pm, EST, 24 DEC 2022. All responses under this Sources Sought Notice must be e-mailed to Jessica Rakauskas (Jessica.l.rakauskas.civ@army.mil) & William Bakula (william.g.bakula.civ@army.mil ) This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? If so, please provide details and Contract Numbers/POCs for reference 2.) What specific technical skills does your company possess which ensure capability to perform the tasks? 3.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 4.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 6.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of base year plus four (4 year) options with performance commencing in 2026. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price. The Level of Effort for one year is estimated at 1400 man-hours. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Procurement Coordinators, Jessica Rakauskas & William Bakula, in either Microsoft Word or Portable Document Format (PDF), via email to Jessica Rakauskas (Jessica.l.rakauskas.civ@army.mil) & William Bakula (william.g.bakula.civ@army.mil ) All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Jessica Rakauskas & William Bakula identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1f2f4838fa634e979228a132eafcc5b6/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN06196066-F 20211212/211210230113 (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.