Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOURCES SOUGHT

10 -- Sources Sought for Proof Gun Stand (PGS) System and Components

Notice Date
7/10/2023 10:41:09 AM
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-23-X-0X78
 
Response Due
8/9/2023 12:00:00 PM
 
Archive Date
08/24/2023
 
Point of Contact
Megan Ross, Peter Snedeker
 
E-Mail Address
megan.j.ross.civ@army.mil, peter.t.snedeker.civ@army.mil
(megan.j.ross.civ@army.mil, peter.t.snedeker.civ@army.mil)
 
Description
Purpose: �The Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey on behalf of the Joint Program Manager Office Towed Artillery Systems (PM-TAS) to identify capabilities of the fabricating, procuring, assembling sub-components from a Department of Defense (DoD) Technical Data Package (TDP) for the 155mm Proof Gun Stand (PGS). Description: �This Sources Sought is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support the Government�s potential requirement of the fabricating, procuring, assembling sub-components from a Department of Defense (DoD) Technical Data Package (TDP) for the 155mm Proof Gun Stand (PGS) to include recoil mechanisms (manufacture and refurbishment), elevation mechanisms, large assemblies to include Gun Mounts, Saddle Assembly and Traverse Mechanisms. The PGS has overall dimensions of Width: ~116�, Length: ~280�, Height: ~83� and Total Weight: ~35,710 lbs and is broken up into the three (3) sections the Upper Transport (Weight: ~13,310 lbs), Middle Transport (Weight: ~8,710 lbs) and the Lower Transport (Weight: ~13,700 lbs). This Sources Sought is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of the US Government. For planning purposes, this effort is anticipated to commence (FY24/25 � FY29/30). All interested vendors are requested to provide a written response summarizing the following information: General Information: 1.�� �Business Information � � � �a.�� �Company Name � � � �b.�� �Company Physical Address � � � �c.�� �Website URL � � � �d.�� �Cage Code � � � �e.�� �Unique Entity Identifier (UEI) � � � �f.�� �Company Size/Type (e.g., Small Business, Woman-owned Business, Small Disadvantaged Business (SDB), 8(a) Business, etc.) � � � �g.�� �Company Point of Contact � � � � � � � � � � i.�� �Name � � � � � � � � � � ii.�� �Telephone Number � � � � � � � � � � iii.�� �Email Address 2.�� �General Capabilities � � � �a.�� �Briefly describe the capability of your company�s facility and the nature of the goods and/or services your company provides. Include a description of your company�s staff composition and management structure. � � � �b.�� �Describe your company�s past experience on previous projects similar in complexity to this request. Include contract numbers, brief description of the work performed, period of performance, agency/organization supported and individual point of contact (Contracting Officer/Specialist and/or Program Manager)� Technical Requirements: Describe your company�s capabilities in fulfilling the following technical requirements. Include examples of previous performance where applicable. 1.�� �Procurement of commercially available off-the-shelf (COTS) and Semi-COTS (COTS parts that are modified by supplier or by primary contractor). 2.�� �Custom Manufacturing � � � �a.�� �Gun Mount/Saddle Assembly/Traverse Assembly: Describe your company�s capability and experiences in the manufacturing of cannon artillery gun mounts, saddle assemblies and/or traverse assemblies to DoD TDPs with military specifications. Include capabilities to:� � � � � � � � � � � i.�� �Circle interpolate machining across 50� holding .002� position tolerance between two features. � � � � � � � � � � ii.�� �Turning of large parts over 18� diameter and 120� length with finish capabilities to 32 microns. � � � � � � � � � � iii.�� �Obtain weld certification in accordance with AWS D1.1/D1.1M for various weld configurations, materials. 3.�� �Recoil Mechanism Manufacturing/Refurbishment � � � �a.�� �Describe your company�s capability and experiences in the manufacturing and refurbishment of reoil mechanisms to DoD TDPs with military specifications. � � � �b.�� �Include facilities available for manufacturing/refurbishment, system check out and/or acceptance testing. � � � �c.�� �Describe your company�s capability to conduct First Article Testing (FAT) and Lot Acceptance Testing (LAT) to DoD requirements and/or internal processes. � � � �d.�� �Meet Hydraulic Cleanliness requirements per IEST-STD-CC1246. Cleanliness level 300 minimum for all hydraulic assemblies. 4.�� �Assembly, Integration, Testing (AIT) of final product: This includes the following capabilities. � � � �a.�� �Must have an integration facility that can house the final product indoors, in a climate-controlled environment. � � � � � � � � � � i.�� �Facility should have open floor space no smaller than 50�L x 50�W x 30�Ceiling Height. � � � � � � � � � � ii.�� �Facility should have capability to secure final product to the ground. � � � � � � � � � � iii.�� �Facility should have overhead lifting capabilities of 20 ton, minimum. � � � �b.�� �Must be willing to accommodate US Government representatives on site to evaluate/audit AIT phase. � � � �c.�� �Should be capable of evaluating large caliber, howitzer gun systems for alignment walk offs, hand wheel effort, recoil function. 5.�� �Quality Control � � � �a.�� �Quality management system in compliance with ISO 9001 standards. � � � �b.�� �Capability to perform nondestructive testing of various weld joints including visual, magnetic particle, ultrasonic in accordance with AWS D1.1/D1.1M. � � � �c.�� �Must be willing to provide a comprehensive FAIR package, including far all raw materials and COTS components, manufactured components, assemblies, and sub-assemblies. Vendors are encouraged to submit summaries of their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. The US Government recognizes that proprietary and/or competition sensitive information may be a part of this effort. If so, vendors should clearly mark such restricted/proprietary information. Only submit Unclassified information, NO Classified data will be accepted for this request. Participation in this Sources Sought is completely voluntary by the vendor and as such all costs to develop the vendor�s response are to be borne by the participating vendor. All interested vendors are encouraged to submit their written responses no later than 30 days from the date of this publication, by Wednesday, 9 August 2023, to: Megan Ross CCNJ-IC Bldg. 10, Picatinny Arsenal, NJ 07806-5000; email: megan.j.ross.civ@army.mil. Please include company name, address, telephone number, point of contact, brochures/literature, etc., and any prior performance relating to this effort. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. As stated above, please be advised that the Government will not pay for any information submitted under this announcement. Electronic submittals are preferred.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6cc53b67440b4176ab37a5448792bbf7/view)
 
Record
SN06742754-F 20230712/230710230052 (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.