Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOURCES SOUGHT

99 -- Small Caliber Munitions Support - Sources Sought Notice

Notice Date
7/18/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-X-073A
 
Archive Date
9/2/2016
 
Point of Contact
Paul E. Batrony, Phone: 9737247581
 
E-Mail Address
paul.e.batrony.civ@mail.mil
(paul.e.batrony.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Small Caliber Munitions Support Sources Sought Notice: The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the U.S. Army RDECOM-ARDEC, Picatinny Arsenal is conducting a market survey for the support of small caliber munitions research and development (R&D) and prototyping. The Small Caliber Munitions Division performs complete life cycle engineering for all small caliber infantry munitions (.22 caliber up to and including.50 caliber). This includes exploratory, advanced and engineering development, testing, evaluation and qualification of munition system and component concepts, as well as production and manufacturing engineering for munition systems and components. The contractor shall provide parts and services to support the ARDEC Small Caliber Munitions Division activities including but not limited to: 1. Delivery and/or development of manual or automated manufacturing equipment in support of small caliber prototyping to include (but not limited to) metal parts machining/forming equipment (electrical discharge machining (EDM), screw machine, grinders, and/or water jet etc.), bullet assembly equipment, bullet component assembly equipment, cartridge loading equipment, cartridge linking equipment, bullet and cartridge inspection equipment, bullet and cartridge feeding and packaging equipment. a. Equipment may be commercial or custom developed. b. Equipment handling energetic materials must comply with the grounding and explosion proofing requirements: i. Grounding: Items handling ammunition may be required to be grounded and bonded IAW MIL-HDK-419A "Grounding, Bonding, and Shielding for Electronic Equipment and Facilities". The facility is strictly governed by the grounding and bonding requirements laid out in AMC-R 385-100 "Safety Manual" Chapter 7 and DA PAM 385-64, "Ammunition and Explosives Safety Standards". ii. Explosion Proofing: Items handling Class 1.3 energetics must be explosion proof in accordance with the facility the items is being placed. 2. Delivery and/or development of gauges and gauging equipment for small caliber components including, but not limited to, projectile subcomponents, projectiles, primers, cases, primed cases, cartridges, and links. Gauges must support both dimensional defect and visual defect detection through sampling or at rate and may utilize either destructive or non-destructive methods. 3. Delivery of test support equipment to include, but not limited to, set-ups, instrumentation, weapon components, and contracting of commercial test sites. 4. Delivery of energetic components to include, but not limited to, propellant, primers, cases, primed cases, tracer projectiles, and tracer cartridges to support prototyping operations (up to 2 million annual of each). A majority of the energetic materials must come from U.S. based suppliers, however there is potential to procure energetics from foreign (non-US based) companies as well. 5. Delivery of non-energetic component to include, but not limited to, projectile, projectile sub-components, links, raw materials and packaging materials to support prototyping operations (up to 2 million annual of each). Components must come from U.S. based sources. 6. Equipment maintenance services for bullet assembly, cartridge loading, packaging, automated inspection equipment, and linking equipment supporting small caliber operations at Picatinny Arsenal. This includes, but is not limited to, equipment calibration, major and minor machine repairs due to mechanical, electrical, and/or controls failures. 7. Gauge calibration and validation to include gauge visual and dimensional standards development, physical gauge calibration, optical comparator calibration, and load senor calibration Contractors shall be capable of fulfilling all above requirements or, in the case of the inability to do so, must possess the capability to team with vendors/suppliers who can fulfil those requirements. Any responsible/interested sources shall submit their qualifications and capabilities, to include company name, key personnel, facilities and personnel clearance classification (minimum clearance already possessed or the ability to obtain: Secret), energetic suppliers, partnerships and past experience to meet specific needs stated above. Interested sources shall submit all pages as a single (.doc or.pdf) file. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. No sensitive or classified information will be discussed. Foreign-owned, controlled, or influenced firms are advised that security restrictions may apply that may preclude their participation in these efforts. All interested and potential firms must be registered in the System for Award Management (SAM), and current firms must update their records annually to maintain an active status. Please visit the SAM website to register and update https://www.sam.gov/portal/public/SAM/. However, registration in no way guarantees that a contract or assistance award will be issued. All information is to be submitted via email (10MB limit) at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity; large or small and provide your DUNS and CAGE Code. Please provide the name of your firm, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. This Sources Sought notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the Government. The Government is not obligated to notify respondents of the results of this survey. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Electronic submittals are preferred. Any responsible/interested sources shall submit their qualifications and capabilities within thirty (30) calendar days of this notice to: U.S. Army Contracting Command - New Jersey, ATTN: ACC-NJ-JA, Paul Batrony, Picatinny, NJ 07806-5000 or submit the information electronically to the email address: paul.e.batrony.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42503dde41ba6023bc4079d391c7bd3e)
 
Record
SN04186831-W 20160720/160718235056-42503dde41ba6023bc4079d391c7bd3e (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.