Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOURCES SOUGHT

13 -- Large Caliber Metal Parts

Notice Date
12/22/2009
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-10-X-0342
 
Response Due
1/15/2010
 
Archive Date
2/14/2010
 
Point of Contact
Anthony Michael, Contract Specialist, (973)724-3432
 
E-Mail Address
Anthony Michael
(michael.anthony7@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army Contracting Command, Joint Munitions & Lethality ContractingCenter, Picatinny Arsenal, N.J.07806-5000 in support of the Project Manager Combat Munition Systems (PM-CAS), Picatinny Arsenal is currently seeking qualified sources to determine the qualifications of private industry to manufacture any of the following Large Caliber Metal Parts: Artillery 155mm Metal Parts, M795; Mortar Shell Bodies 120mm, Smoke M929, High Explosive M933A1/M934A1, Illumination M930/M983 (front & rear), Full Range Training Cartridge XM931. The Government anticipates soliciting offerors for award of multiple Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to deliver the Army and Marine Corps FY11-FY20 Large Caliber Metal Parts production requirements. It is anticipated that multiple IDIQ contracts will be awarded for a basic period of five years with an option that may be exercised to extend each contract for an additional five year period. Each item shall be proposed upon individually and shall be evaluated separately. A TDP is not available for this Market Survey. Should an RFP be released, a TDP shall be provided. Also, should an RFP be released, and an offeror desires to propose on more than one item, a separate proposal shall be submitted for each item. The USG may also issue split awards on a given requirement in an effort to foster future competition. Potential contractors possessing the technical, financial and facility resources necessary to meet the Governments requirements will initially be qualified by being awarded an IDIQ contract and then compete for delivery orders as requirements arise. All facilities must have safety clearance to handle hazard classifications (i.e. 1.3G). Interested contractors should demonstrate that they possess the experience and capability, or that they can obtain such, necessary to fabricate, assemble and inspect the required quantities of Large Caliber Metal Parts and obtain the necessary equipment, facilities and tooling required to fabricate and deliver the above stated Large Caliber Metal Parts at a high rate of production. The Large Caliber Metal Parts make up the shell bodies which are hollow cylindrical steel shells, topped by an open ogive-shaped nose, with a closed boattail at the rear of the projectile. The front end has a female thread that will be assembled with a lifting plug during transportation and handling. A metal rotating band encircles the projectile near the base end. There are two types of artillery shell bodies being procured; High Explosive (HE) and Smoke/Illuminating. For purposes of this market survey, the following approximate quantities represent a high rate of monthly production for each item: Artillery 155mm Metal Parts, M795 9,000 per month; Mortar Shell Bodies 120mm, Smoke M929 TBD, High Explosive M933A1/M934A1 10,000 per month, Illumination M930/M983 (front & rear as a set) 5,000 sets per month, Full Range Training Cartridge XM931 10,000 per month. The information submitted may include an indication of willingness to invest in setting up a required production line. Contractors shall provide a summary of their companys capabilities including parent organizations, name/address/point of contact identification, capabilities, a description of facilities/equipment, manufacturing processes, inspection capability, personnel, past experience as a manufacturer, proven monthly production capacity and/or potential capacity, possible partnering/teaming arrangements and whether the company is a large or small business. Contractors shall also identify the specific item(s) that they are interested in when responding to this market survey. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the US Government. The Government will not reimburse any respondent for any effort or information submitted in response to this sources sought. All information submitted will be held in a confidential status and will not be returned. The contractor shall provide all information requested in this notification by January 15, 2010 by electronic mail at no cost to the Government, to michael.anthony7@us.army.mil. Telephone (973) 724-3432. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. The point of contact for this action is Mr. Michael Anthony, Contract Specialist, CCJM-CA, (973)724-3432
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/717b7acb684701c0bbcf14872960d811)
 
Record
SN02029804-W 20091224/091222235515-717b7acb684701c0bbcf14872960d811 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.