SOURCES SOUGHT
13 -- 120mm Insensitive Munition High Explosive with Tracer (IM HE-T) Cartridge - W15QKN-23-X-0WO9
- Notice Date
- 5/18/2023 6:57:17 AM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-23-X-0WO9
- Response Due
- 6/16/2023 12:00:00 PM
- Point of Contact
- Sean P. Kelly, Phone: 9737245561, Fax: 9733618850, Mariah L. Hanko, Phone: 9737247819
- E-Mail Address
-
sean.p.kelly168.civ@army.mil, mariah.l.hanko.civ@army.mil
(sean.p.kelly168.civ@army.mil, mariah.l.hanko.civ@army.mil)
- Description
- The U.S. Army Contracting Command-New Jersey (ACC-NJ), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (PM-MAS), is seeking possible sources for the production of the 120mm Insensitive Munition High Explosive with Tracer (IM HE-T) Cartridge.� The IM HE-T has Multi-Purpose (MP) capability against a target set that includes bunkers, reinforced concrete walls, light armor and personnel.� At a minimum, the cartridge is to be compatible with the Egyptian M1A1/M1A2 Abrams tank equipped with a smooth bore M256 cannon.� The cartridge is to be capable of defeating a target set that includes bunkers, reinforced concrete walls, Military Operations on Urban Terrain (MOUT) targets, light armor and personnel, and have a minimum range of not less than 7,000 meters with an accuracy of less than 0.3 mils at 2000m. Additionally, the cartridge must have a dual safe, point detonating with two modes: impact function and delay fuze. Specifications: The IM HE-T will be procured to a Performance Specification marked Distribution D and 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.). The Performance Specification will be available upon request. Before approval is granted to release the Performance Specification, the requestor must be a DoD contractor and registered in an active status in the Defense Logistics Information Service, U.S./Canada Joint Certification Program (See www.dlis.dla.mil/jcp/ for instructions and information). Offerors must submit their certification via DD Form 2345 or register immediately.� Offerors are also required to submit an AMSTA-AR 1350 Technical Data Request Questionnaire and a fully executed Non-Disclosure and Non-Use Agreement which are included as attachments to this Market Survey.� Interested companies will be required to return/destroy the Performance Specification when requested by the Government. Offerors should note that the Performance Specification is subject to change. Planned Acquisition: The planned acquisition is a five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ) contract (FY25-30). Deliveries will be required within 17 months after contract award.� The Government anticipates making one award. Submission Information: Interested firms who feel they are capable of manufacturing the above cartridge are invited to indicate their interest by submitting the following: � � � � a. A detailed description of the proposed technical solution along with the associated technical maturity.��� � � � � b. Summary of your design/ development experience, production and testing capabilities, a description of facilities, personnel� � � � � � � � and past manufacturing experience as it relates to the above.� �� � � � � c.� A description of facilities, personnel and past manufacturing experience as it relates to the above.�� *Please note: this market survey is for information and planning purposes only, and the requirements may change. This shall not be construed as a Request for Proposal, or as an obligation on the part of the Government. It 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. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.� Please be advised that the Government will not pay for any information submitted under/in relation to this announcement. Participation in this effort is strictly voluntary. The Government intends to utilize the information received only to develop the acquisition strategy for future requirements. Any of the information stated above is subject to change. Submittal of information is requested via electronic mail only no later than 16 June 2023 to Sean P. Kelly, Contract Specialist, U.S. Army Contracting Command-New Jersey, ACC-NJ, Picatinny Arsenal, NJ 07806-5000, 973-724-5561 or by email to: sean.p.kelly168.civ@army.mil. Please include company name, address, telephone number, email address, technical point of contact, CAGE code, company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), indication of whether you are interested in this opportunity as a prime or a subcontractor and a brief summary of possible partnering/teaming arrangements. �If a formal solicitation is generated at a later date, a solicitation will be published.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/958c6d777ff04dc9bba18e9c3ab9bf05/view)
- Place of Performance
- Address: FL 33716, USA
- Zip Code: 33716
- Country: USA
- Zip Code: 33716
- Record
- SN06688024-F 20230520/230519212002 (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 |