Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOURCES SOUGHT

13 -- M1012 M1013 Non-Lethal Cartridges

Notice Date
12/2/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-06-X-0102
 
Response Due
12/21/2005
 
Archive Date
1/20/2006
 
Description
SOURCES SOUGHT NOTICE The U.S. Army Office of the Project Manager (PM) Close Combat Systems (CCS) is conducting a market survey to identify potential sources for the manufacture, inspection, testing and delivery of 1,466,422 of M1012 and 708,642 of the M1013 Non-lethal Cartridges. The M1012 and M1013 are 12 gauge non-lethal cartridges which are fired from the current shotguns employed by the U.S. Army. The M1012/M1013 may be manufactured in accordance with a government Performance specification or qualified government drawings. If Performance Specification is used, characteristics of the proposed design shall meet the following criteria: 1) Compatible with the Mossberg 500, Mossberg 590, Winchester Model 1200 and Remington Model 870 shotguns with no changes to the standard operating procedures associated with loading, firing, and unloading the cartridge. 2) Compatible with standard bead, ghost ring and/or rifle sights. 3) The hit probability for any one of the M1012/M1013 projectile/s, within an E-type silhouette target (drawing 6006874), shall be a minimum of 80 percent at a distance of 10m (32.8ft). 4) No black powder propellant. 5) No residue from firing deposited in barrel to the detriment of subsequent weapon firing/function. 6) When fired into a ballistic clay target per NIJ Standard 0101.03 (no armor or fabric shall be used), the maximum depression made by each of the projectiles at the 10m range shall be less than or equal to 42mm. The minimum depression made by any projectile in the target at 10m and 20m shall be greater than or equal to 5mm. 7) Operational in climatic conditions from 0??F to 120??F. 8) Capable of storage in climatic conditions of -50??F to 160??F. 9) Shall be non-explosive and non-fragmenting upon target impact. 10) Have a functional reliability greater than 95 percent at temperatures between 0??F and 120??F. Interested parties that believe they can meet the above requirements shall provide the U.S. Army a description of their capabilities, including a brief summary of their company???s capabilities in R&D, manufacturing, and testing. Responses should identify their current business structures: (a) Name of Company ??? include contact person???s name, Company address, telephone numbers (voice and fax), email address. (b) Company size (i.e., Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service Disabled Small Business). Reponses should be received by 21 Dec 2005 2:00pm. Identify current major manufacturing processes, critical skills and equipment, and current production capabilities, which should include your maximum production rate attainable and minimum sustaining rate. Identify your organization???s Facilities, Equipment, Unique Capabilities, Environmental Concerns, Storage, Shipping, Receiving and other Support Functions, such as testing capabilities for conducting acceptance testing of the end product. All responding sources must submit their responses to U.S. Army TACOM- Picatinny, ATTN: AMSTA-AQ-APA, Gregory Harris, Contract Specialist, Picatinny, NJ 07806-5000. Responses can also be submitted by e-mail to greg.harris1@pica.army.mil. This market survey is for information planning purposes only, does not constitute a Request for Proposal, and is not to be construed as a commitment by the Government. All information is to be submitted at no cost or obligation to the Government.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-06-X-0102)
 
Record
SN00943699-W 20051204/051202212036 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.