Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOURCES SOUGHT

10 -- Light Towed Howitzer (M119): Improved Wheel Rim Assembly

Notice Date
1/25/2011
 
Notice Type
Sources Sought
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV11R0160
 
Response Due
2/28/2011
 
Archive Date
4/29/2011
 
Point of Contact
Sandra Connors, 309-782-6506
 
E-Mail Address
TACOM Contracting Center (TACOM-CC)
(sandra.connors@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Purpose: This synopsis represents the Government's attempt to determine the vendor base of an improved wheel rim assembly. TACOM-Rock Island is soliciting information from the industry. Your participation in this market research is voluntary and at no cost to the Government. This is the Improved Wheel Rim Assembly for the M119 Howitzers. The requirements in the following section must be met. General Description: The Wheel Rim Assembly is used on both the left and right side of the howitzer. It is an integral part of the complete Wheel Assembly that provides the main means of transport for the howitzer. It must meet the material and dimensional requirements specified in the following drawings: Wheel Rim Assembly - 13026045 Wheel Rim - 12591193 Counterweight - 13024057 Plate, Protector, Valve Stem - 13024047 Drawings are available upon completion of Non-Disclosure Statement from the POC below. The following information is solicited from industry: 1. Do you have the experience/capability to manufacture the Wheel Rim Assembly to the Government's requirements? Please identify your experience/capability, delivery time, and estimated manufacturing cost. 2. What are the customary industry practices regarding warranty, buyer financing, discounts, distribution, support, repair, maintenance, packaging and marking? 3. What are the customary practices regarding product testing? What tests are performed and how often? 4. Does the general description contain any requirements that you consider to be overly restrictive or that may inhibit effective competition? 5. Do you have the ability to provide one or all of the items? 6. What are the minimum order quantities? Export Controlled Item in accordance with FAR 52.227-4500. This solicitation may contain 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. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level. Distribution Statement C: Distribution authorized to US Government Agencies and their contractors or potential contractors that will execute nondisclosure agreements pursuant to License Agreement DAAA09-85-H-W0001 between BAE SYSTEMS, RO DEFENCE, Nottingham and the United States Army: (Specific Authority: 18 USC 1905). Other request for this document shall be referred to CDR, ARDEC, AMSRD-AAR-AEW-S, PICATINNY ARSENAL, NJ 07806-5000. Limited Rights: The US Government has rights to release this drawing to its contractors located within the United States and its territories for Government use and manufacture only pursuant to the conditions in License Agreement No. DAAA09-85-H-W0001 between BAE SYSTEMS, RO DEFENCE, Nottingham and the United States Government dated 25 April 1985. Any reproduction of Technical Data or portions there of marked with this legend must also reproduce this legend. Conclusion: This synopsis does not constitute a commitment by the Government to place a contract with anyone who submits the requested information on these items. Nor does it constitute authorization to begin work or incur costs against this announcement. In accordance with FAR Clause 52.215-3, the Government does not intend to award a contract on the basis of this announcement. A signed Non-Disclosure Statement is required to receive any technical data for the requirement. Interested contractors can submit the above requested information to Ms. Sandy Connors. Provide your response by close of business 2/28/2011 to: Attn: CCTA-AR-FA/Sandy Connors, 1 Rock Island Arsenal Bldg, 104/2//NW, Rock Island, Il 61299, or phone (309)782-6506, or email Sandra.connors@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bb15ae1569dc4500887201b86b976a3e)
 
Place of Performance
Address: TACOM Contracting Center (TACOM-CC) Rock Island ATTN: CCTA-AR-FA; 1 Rock Island Arsenal; Bldg 104/2/NW Rock Island IL
Zip Code: 61299
 
Record
SN02366382-W 20110127/110125234713-bb15ae1569dc4500887201b86b976a3e (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.