Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOURCES SOUGHT

13 -- Market research for potential producers of various Non-Standard and Commercial Ammunition within the United States and Canada

Notice Date
9/13/2010
 
Notice Type
Sources Sought
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J09RAABB
 
Response Due
10/15/2010
 
Archive Date
12/14/2010
 
Point of Contact
Amy Knutson, 309-782-5664
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(amy.knutson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The U.S. Army Contracting Command, Rock Island Contracting Center, on behalf of the Office of the Project Manager, Maneuver Ammunition Systems, located at Picatinny Arsenal, NJ 07806 is conducting market research to identify potential sources capable of producing multiple variants of non-standard and commercial ammunition within the U.S. and Canada. Specifications: A General Specification for Non Standard Ammunition (Dated: June 8 2010) will be available upon request. All vendors will be required to meet the requirements set forth in this specification. Vendors must have the capability to ship the ammunition, once procured, to multiple locations across the United States to support the U.S. Governments mission. For Foreign Military Sales, materiel will be accepted by the U.S. Government at the point of manufacture for U.S. sourced items. Vendors will be responsible for delivery to a U.S. destination for items sourced from Canada and material will be accepted at that location. Onward movement to the final customer will be the responsibility of the U.S. Government. Vendors shall comply with all applicable U.S. and foreign regulations for transit of ammunition. Packaging and markings for hazardous material shall comply with the requirements of International air transport contained in the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air and/or the requirements of International vessel transport: International Maritime Organization (IMO) International Maritime Dangerous Goods Code (IMDG). Vendors shall obtain and maintain proper registrations and licenses for conducting these types of business. Vendors are required to be ISO 9001:2008 certified or equivalent. Ammunition covered under this survey are: 7.62x39mm Ball: Estimated Quantity Ranges: 100,000-999,999 1,000,000-4,999,999 5,000,000-17,499,999 17,500,000-44,999,999 45,000,000-82,500,000 7.62x39mm Blank: Estimated Quantity Ranges: 100,000-999,999 1,000,000-2,499,999 2,500,000-4,999,999 5,000,000-9,999,999 10,000,000-18,000,000 7.62x54mm Blank: Estimated Quantity Ranges: 100,000-249,999 250,000-999,999 1,000,000-2,499,999 2,500,000-4,999,999 5,000,000-9,000,000 7.62x54mm Ball: Estimated Quantity Ranges: 100,000-999,999 1,000,000-2,499,999 2,500,000-4,999,999 5,000,000-9,999,999 10,000,000-18,450,000 9x18mm Ball: Estimated Quantity Ranges: 100,000-149,999 150,000-249,999 250,000-499,999 500,000-900,000 5.45x39mm Ball: Estimated Quantity Ranges: 100,000-149,999 150,000-299,999 300,000-540,000 7.62x25mm Ball: Estimated Quantity Ranges: 100,000-149,999 150,000-299,999 300,000-540,000 A respondent to this survey must have a majority of the skills and facilities that are required to manufacture the items listed above. If a respondent does not have these resources (technical, manufacturing, personnel, etc.) available, then it must demonstrate its ability to obtain them in a reasonable time period. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these same criteria as the prime contractor. Submission Information: Interested U.S. and Canadian companies should submit their qualifications and capabilities within 30 days of this notice to: U.S. Army Contracting Command, Rock Island Contracting Center, Bldg. 60, Rock Island, IL 61299-8000 ATTN: CCRC-AL or submit the information electronically to the Contract Specialist, Amy Knutson at amy.knutson@us.army.mil. All potential producers interested in this opportunity must be registered in the Central Contractor Registration (CCR) Database. Interested companies should respond by providing the Government the following information: (1) Name of company and CAGE Code; (2) Point of Contacts name, telephone number and E-mail address; (3) Company address; (4) Business size information; (5) Identification of whether you are interested in this opportunity as a prime or a subcontractor; (6) A brief summary of the companys capabilities (to include organizations, description of facilities, equipment, manufacturing process, inspection capability, skills, personnel); (7) A brief summary of proven monthly production capacity and capability, (8) A brief summary of possible partnering/teaming arrangements, (9) Rough Order of Magnitude (ROM) based upon the estimated quantity ranges listed above. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. Electronic submittals are preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91021db8f0a68e48fb8bbab513b6ed68)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02278906-W 20100915/100913235024-91021db8f0a68e48fb8bbab513b6ed68 (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.