Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2022 SAM #7673
SOURCES SOUGHT

13 -- 60mm/81mm Mortar Weapon Systems & 60mm/81mm Mortar Cannons

Notice Date
12/1/2022 4:17:24 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
W15QKN-23-X-0S1K
 
Response Due
12/19/2022 12:00:00 PM
 
Point of Contact
Iryna Mudra, Phone: 9737246448, Kim M. Potempa Niedosik, Phone: 9737243927
 
E-Mail Address
iryna.mudra.civ@army.mil, kim.m.potempaniedosik.civ@army.mil
(iryna.mudra.civ@army.mil, kim.m.potempaniedosik.civ@army.mil)
 
Description
IMPORTANT INFORMATION: This market survey is for informational and planning purposes only and shall NOT be construed as a Request for Proposal; therefore, no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice is not to be construed as a commitment by the Government for any purpose other than market research.� REQUIREMENT: The U.S. Army Contracting Command- New Jersey (ACC-NJ), on behalf of the Office of the Project Manager for Combat Ammunition Systems (PM CAS) both located at Picatinny Arsenal, New Jersey is conducting market research to identify potential sources that are capable of producing, storing, and delivering the 60mm M224A1 Mortar Systems, the 81mm M252A1 Mortar Systems, and 60mm M225A1 / 81mm M253 Mortar Cannons.� �The Government is assessing the capability of potential sources to manufacture, integrate into a complete system, and deliver these weapon systems starting in Fiscal Year (FY) 2025. The Government estimates that approximately 300 each 60mm M224A1 Mortar Systems and 300 each 81mm M252A1 Mortar Systems may be purchased over a five-year period.� Secure storage and delivery of the mortar systems from storage to locations specified by the Government shall be necessary. Note that this market survey requires the contractor to manufacture and deliver cannons for both systems, which were previously manufactured only by the Government. Each Mortar Weapon System is broken out as follows: 1. Complete 60mm Lightweight Mortar System: M224A1 Cannon: M225A1 Baseplates: M7A1 and M8A1 Bipods: M170A1 Sight Units: M67 Basic Issue Items (BII) for 60mm Lightweight Mortar Weapon System Direct Support (DS) Tool Kits for 60mm Lightweight Mortar Weapon System Additional Authorized List (AAL) 2. Complete 81mm Lightweight Mortar System: M252A1 Cannon: M253 Baseplates: M3A2 Bipods: M177A1 Sight Units: M67 BII for 81mm Lightweight Mortar Weapon System DS Tool Kits for 81mm Lightweight Mortar Weapon System Additional Authorized List (AAL) Full descriptions of each weapon system and the associated components are listed below: 60mm Lightweight Mortar System: M224A1 The M224A1 Mortar Weapon Systems provide organic indirect fire support capability to airborne, air assault, light infantry, mountain, and special operation forces at the company level. The 60mm mortar weapon systems provide lightweight, high angle of fire, smooth bore, man portable, muzzle loaded mortar with high rate-of-fire capabilities. The M224A1 LW Mortar Weapon System consists of two 60mm lightweight baseplates, the M7A1 and M8A1, one M170A1 lightweight bipod, and one M225A1 Cannon. The M7A1 and the M8A1 baseplate assemblies shall be produced from lightweight materials. The approximate size of the M7A1 60mm baseplate is 18 inches diameter and 6 inches height and weighs 9.2 lbs. The approximate size of the M8A1 60mm base plate is 12 inches diameter and 3 inches height and weighs 4.5 lbs. Manufacture of the baseplates shall require the capability to forge, machine to final dimensions and heat treat high strength aluminum to reduce stress and achieve the material strength requirements to meet the required physical and mechanical properties of the designs. Hard protective coat anodizing of the final product is required. The M170A1 60mm bipod assemblies is required to meet the physical and mechanical properties for the design and shall require the capability to fabricate and assemble struts, gears, springs and various other piece parts from high strength aluminum, titanium, steel, and plastic. Potential offerors should possess experience in fabricating, machining, welding, and inspecting aluminum components, and machining and inspecting gears or show prior manufacturing experience with designs of similar complexity. The 60mm M170A1 lightweight bipod is an A-Frame bipod that weighs 12.85 lbs., the item size is approximately 30 in. X 19 in. X 10 in. M225A1 Cannon consists of a 60mm Barrel, an aluminum Handle and Firing Mechanism (H&F Mech) Assembly, Firing Pin, and associated mounting hardware. The Barrel is approximately 40ins. long and weighs 13.0 lbs. The H&F Mech Assembly contains a Tritium-filled Range Indicator as part of its assembly, so the potential offeror needs to have the appropriate Radioactive Material and Handling License in place for storage. The M225 Barrel material consists of Seamless STL Tubing per Spec MIL-T-13915 or Forging Spec MIL-S-46119. The M225A1 Barrel consists of a tube and a breech cap and is manufactured from Inconel. The M225A1 Barrel material consists of Inconel material in accordance with SAE AMS 5662. The Potential offerors should possess experience in fabricating, machining and heat-treating Inconel and high strength steel. 81mm Lightweight Mortar System: M252A1 The M252A1 81mm Mortar Weapon Systems provide organic indirect fire support to light infantry, air assault, and airborne units across an entire battalion front with sufficient range to engage target out to the limit of the battalion zone of influence. The 81mm mortar weapon systems are a smooth bore, muzzle loaded weapon that features a high rate of fire, extended range, and increased lethality over the 60mm systems. The M252A1 LW Mortar Weapon System consists of one M3A2 lightweight baseplate assembly, one M177A1 lightweight bipod, and one M253 Cannon. The M3A2 81mm lightweight baseplate assembly is produced from lightweight materials and has the approximate size of 22 inches diameter and 6 inches height. Manufacture of the baseplates shall require the capability to forge, machine to final dimensions and heat treat high strength aluminum to reduce stress and achieve the material strength requirements to meet the required physical and mechanical properties of the designs. Hard protective coat anodizing of the final product is required. The M177A1 bipod assemblies manufacture shall meet the required physical and mechanical properties for the design and requires the capability to fabricate and assemble struts, gears, springs and various other piece parts from high strength aluminum, titanium, steel, and plastic. Potential offerors should possess experience in fabricating, machining, welding, and inspecting titanium components, and machining and inspecting gears or show prior manufacturing experience with designs of similar complexity. The 81mm M177A1 lightweight bipod is an A-Frame bipod that weighs 19 lbs., the item size is approximately 33 in. X 17 in. X 9 in. The M253 Cannon consists of an 81mm Barrel, Firing Pin, Plug and Washer manufactured from Steel and the Barrel is 4ft 7in long and weighs 30.5 lbs. Potential offerors should possess experience in fabricating, machining and heat-treating high strength steel. The M253 Cannon is a forging per MIL-S-46119, macroetch not required; or seamless tubing per MIL-T-13915. MIL-DTL-13931 also applies. Basic Issue Items (BII) BII are essential items that are required to place the mortar weapon system in operation, to operate it, and to do emergency repairs. Although shipped separately packaged, BII must be with the mortar weapon system during operation. BII consist of Commercially-Off-The-Shelf (COTS) items such as screwdrivers as well as custom manufactured items such as spare firing pins, cartridge extractors and bore brushes. M67 Sight Unit The M67 Sight Unit is an optical instrument providing self-illuminating sighting capability for indirect fire. This sight unit serves to lay the mortar for deflection and elevation. The M67 contains Tritium as does the range indicator. The range indicator is used to position cannon tube to estimated target range in handheld mode. A Nuclear Regulatory Commission (NRC) license is required for handling and storage of these items. Direct Support Tools (DS) DS are essential items that are required to maintain, disassemble, reassemble, and repair the mortar weapon system. The DS tool kit contains some COTS items, as well as custom manufactured items such as drill guides, wrenches and socket heads. Additional Authorized List (AAL) AAL are components issued to the mortar crews and procured on an as needed basis. The M45A1 Boresight is an optical instrument used to align the axis of the bore of the mortar with a distant aiming point. AAL also includes ear plugs. Storage Storage of Mortar Weapon Systems includes providing a storage facility that can store mortar products for the life of a 5-year contract. The storage location shall have appropriate environmental, handling, and security procedures and protocols in place for the storage of Mortar Weapons Systems, Government Furnished Equipment, Cannons, and Tritium components. Responsibilities at the Storage Location shall consist of inventory management and control, including identifying and assembling all items into fielding sets, i.e. assemblies, subassemblies, tools kits, parts, BII kits, Additional Authorization List (AAL), Components of the End Item (COEI), manuals, etc., that make up each of the identified systems. Shipping of Mortar Systems from the storage location shall be necessary. ATTENTION: The Government is requesting that interested sources provide a response that demonstrates their ability to produce, store, and deliver BOTH the 60mm M224A1 and 81mm M252A1 Mortar Systems AND/OR 60mm M225A1 / 81mm M253 Mortar Cannons. Although the Government would prefer both weapon systems be produced by one Prime contractor, if an interested source would prefer to produce either of the systems individually, please state so in your response. All interested sources must be registered in the System for Award Management (SAM) in order to provide a response.� Responses shall include the following information for the Government�s review and assessment: a. Company's contact information including organizations name, address, point of contact, telephone number, email address, CAGE code, DUNS number, Tax ID number, and business size information. b. A summary that includes a brief description of the contractor's capabilities to include parent organizations, name/address/point of contact identification/email address, website, potential partnering/teaming arrangements, and capabilities. c. Past manufacturing experience in 60mm M224A1 and 81mm M252A1 Mortar Systems with applicable cannons or items of similar complexity d. Identify projected monthly delivery capability and lead time for delivery of Complete 60mm Lightweight Mortar System, Complete 81mm Lightweight Mortar System, and 60mm M225A1 / 81mm M253 Mortar Cannons to include� �the company's existing production capacity if applicable. Responses should address capability to consistently meet the Government's minimum production rate of 20 complete mortar systems per month for each caliber, as well as minimum sustaining and maximum capacity rates.� e. A description of facilities, equipment including key specifications or capabilities, manufacturing process, inspection (destructive and non-destructive) capabilities, personnel, past experience as an mortar system producer, proven monthly production capacity and/or potential capability, and possible partnering/teaming arrangements.� Responses should include how the aforementioned factors relate to the specific technical requirements of 60/81mm Lightweight Mortar Systems and Mortar Cannons.� f.� Evidence of Quality Assurance and Quality Management System certifications or standards used. g. Tooling, fixtures and production process to include inspection and maintenance plans. h. Knowledge and experience with warehousing, storage, inventory management, logistics, transportation, and USG logistics/property accountability programs. i. Knowledge and ability to handle and store Tritium and obtain required licenses. j. Knowledge and ability to receive, handle, secure, store, manage and control Government Furnished Property (GFP). Responses shall not exceed 15 pages in length and should provide sufficient detail for the U.S. Government to make a reasonable assessment regarding your company�s capability to produce this item at the required rate. NO CLASSIFIED information shall be submitted. Please identify any proprietary information submitted.� All information provided will not be returned and will be held in confidential status. Technical Data Package (TDP): The Technical Data Packages (TDPs) are marked Distribution D. Distribution D statement by definition allows distribution authorized to the Department of Defense and U.S. DoD contractors only. Other requests shall be referred to PM-CAS. Disclosure and use of the TDPs are restricted by the Non-Disclosure and Non-Use Agreement (NDA) that the potential offeror is required to execute prior to accessing the TDPs along with a current DD 2345 Militarily Critical Technical Data Agreement, and the AMSTA-AR Form 1350 Technical Data Questionnaire. Some technical documents contain export-control technical data and are subject to the following warning: EXPORT-CONTROL WARNING - All technical documents that are determined to contain export-controlled technical data shall be marked WARNING. - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et. seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. When it is technically infeasible to use the entire statement, an abbreviated marking may be used, and a copy of the full statement added to the Notice To Accompany Release of Export-Controlled Data required by DoD Directive 5230.25. All foreign firms are required to have an export control license in order to view the TDPs and to manufacture or export the items under this market survey. Foreign sources may receive the technical data pending PM CAS approval. PM CAS reserves the right to deny the release of technical data to any source at its discretion. The potential offeror shall not reproduce, duplicate or copy the TDP, or any portion thereof, except to the extent necessary for, and then only in connection with the preparation and/or submission of proposals related to this procurement being affected by the United States Government. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level. To be eligible to gain access to export controlled TDP, you must have a current DD 2345 Militarily Critical Technical Data Agreement, an NDA, and the AMSTA-AR Form 1350 Technical Data Questionnaire. To obtain DD Form 2345 Certification, go to the following website and follow the instructions provided: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/DD2345Instructions/ . The phone number to coordinate the electronic submission of the DD 2345 is 800-352-3572. Please submit a completed, signed, and dated DD Form 2345 request, along with a copy of your Company's incorporation certificate, or state/provincial business license, or sales tax identification form or any other documentation which verifies the legitimacy of the company, by email to JCP-Admin@dla.mil, or by post to the following address: U.S./CANADA JOINT CERTIFICATION OFFICE DEFENSE LOGISTICS INFORMATION SERVICE FEDERAL CENTER, 74 WASHINGTON AVE. NORTH BATTLE CREEK, MI USA 49037-3084 Processing time is estimated to be five days after receipt. Note: If you already have a valid and certified DD Form 2345, submit that accordingly. You do not have to re-register for another DD Form 2345. Also, the person designated on the DD Form 2345 is considered the Data Custodian and will be the only person allowed to request and receive the TDP. Once the above-mentioned forms are completed and verified, the potential offeror shall e-mail the below Point of Contacts in order to obtain access to the TDPs: Iryna Mudra Contract Specialist Email: iryna.mudra.civ@army.mil AND Kim M. Potempa Niedosik Contracting Officer Email: kim.m.potempaniedosik.civ@army.mil THE CERTIFICATE OF DESTRUCTION MUST BE SENT TO THE POINT OF CONTACT FOR THIS MARKET SURVEY NO LATER THAN 10 DAYS AFTER RECEIPT OF AN UNSUCCESSFUL OFFEROR LETTER OR NO LATER THAN 10 DAYS AFTER THE MARKET SURVEY CLOSES AND THE VENDOR DECIDES NOT TO SUBMIT A RESPONSE. Upon completion of the purposes for which Government Technical Data has been provided, the Contractor is required to destroy all documents, including all reproductions, duplications, or copies thereof as may have been further distributed by the potential offeror. Destruction of this Technical data shall be accomplished by: shredding, pulping, burning, or melting any physical copies of the TDP and/or deletion or removal of downloaded TDP files from computer drives and electronic devices, and any copies of those files. Capability Statements shall be emailed to the Contracting Officer and Contract Specialist in this notification no later than 19 December 2022.� All inquiries shall be made via email ONLY, telephone inquiries will not be accepted. � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f685a7cf204d403daf1f2b89869ed8ca/view)
 
Record
SN06533283-F 20221203/221201230108 (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.