Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

13 -- 30MM x 173 APFSDS-T Ammunition

Notice Date
1/14/2021 8:20:02 AM
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-21-X-0F3Y
 
Response Due
2/8/2021 2:00:00 PM
 
Archive Date
02/23/2021
 
Point of Contact
Charis Murray, Phone: 9737244268, Courtney-Lynn Fox, Phone: 9737242186
 
E-Mail Address
charis.m.murray.civ@mail.mil, courtney-lynn.t.fox.civ@mail.mil
(charis.m.murray.civ@mail.mil, courtney-lynn.t.fox.civ@mail.mil)
 
Description
INTRODUCTION The Army Contracting Command � New Jersey, Picatinny Arsenal, is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the 30MM x 173 Armor Piercing, Fin Stabilized, Discarding Sabot - Tracer (APFSDS-T) ammunition. �The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Army Contracting Command � New Jersey (ACC-NJ), on behalf of the Naval Surface Warfare Center, Indian Head Division, Picatinny Detachment is currently seeking sources capable of manufacturing 30MM x 173 Armor Piercing, Fin Stabilized, Discarding Sabot - Tracer (APFSDS-T) ammunition. This item is for the Navy 30mm Gun Weapons Systems (GWS) and is required to combat surface targets at extended ranges.� The manufacture of these cartridges includes all components and Load, Assemble and Pack (LAP). ACC-NJ is contemplating an Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle with Firm-Fixed Price (FFP) delivery orders for FY22-FY26. Should such a contract be pursued, the quantities procured would be approximately 175,000 rounds; however, POP and quantities are subject to change, as needed.� REQUIRED CAPABILITIES The intent of this Sources Sought is to assess the production capability and emerging technologies available for 30MM x 173 APFSDS-T Ammunition products that could be applied to meet this requirement. The Government envisions a solution for 30MM x 173 APFSDS-T Ammunition that meets the following operational and program requirements: ��������� The cartridge must meet the requirements as set forth in Performance Specification PRF WS-35585A. ��������� The cartridges shall be linked together with the MK 15 link, and packed 30 to a container in the M592 container. ��������� The ammunition must be suitable for Navy Surface ship applications and meet the safety requirements needed for U.S. Navy Weapon Systems Explosive Safety Review Board (WSESRB) certification. Qualification. The 30MM x 173 APFSDS-T Ammunition must be qualified and demonstrate compliance to the Design Verification requirements of PRF WS-35585A, which is restricted to Distribution D (distribution authorized to the Department of Defense and U.S. DoD Contractors only) and is also export controlled. This includes, but is not limited to compliance with NAVSEAINST 8030.3. Proof of qualification or plans for qualifying a solution should be addressed in the response. The Government does not intend to provide the performance specifications for market research purposes, unless specifically requested. Interested parties can request the performance specifications in writing using FCDDAC Form 1350 Technical Data Request Questionnaire. In addition, a DD Form 2345 Militarily Critical Technical Data Agreement, certified current by the U.S. and Canada Joint Certification Office (JCO) and a Non-Disclosure and Non Use Agreement will be required prior to release of the data. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 332993 with a Small Business Size Standard of 1,250 people. The Product Service Code (PSC) is 1305. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) detailing the following information: Past performance history of manufacturing the requested item or similar items Summary of the respondent's technical and manufacturing capabilities Identification of those major components that would be subcontracted Describe your production rate flexibility, including your maximum production rate attainable, and minimum sustaining rate Describe your environmental and ballistic test facilities capable of supporting typical ammunition First Article and Lot Acceptance tests Description of your quality plan Description of your safety plan Company size (please identify as either 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. Respondents must have personnel trained and experienced in handling energetic materials. Energetic materials are extremely hazardous and environmentally sensitive. Strict US Government security requirements are mandated for their storage and handling. � Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. � Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Charis Murray in either Microsoft Word or Portable Document Format (PDF), via email charis.m.murray.civ@mail.mil and Courtney-Lynn.T.Fox.civ@mail.mil no later than 5:00 p.m. EST on 8 February 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. � If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. � All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *** CLARIFICATION: This sources sought notice is not restricted to MK 258 cartridges. The ""MK 258"" in the NDA filename was in error.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/834910c5aa2f4a7f9675cc883780733d/view)
 
Record
SN05892904-F 20210116/210114230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.