SOURCES SOUGHT
13 -- Checkweigher
- Notice Date
- 6/17/2025 10:56:13 AM
- Notice Type
- Sources Sought
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN25X17Z8
- Response Due
- 7/18/2025 2:00:00 PM
- Archive Date
- 07/19/2025
- Point of Contact
- Gloria Thoguluva, Phone: 5206698575, Dennis Peasley
- E-Mail Address
-
gloria.thoguluva.civ@army.mil, dennis.w.peasley2.civ@army.mil
(gloria.thoguluva.civ@army.mil, dennis.w.peasley2.civ@army.mil)
- Description
- The U.S. Army Contracting Command New Jersey, on behalf of U.S. Army Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to manufacture and produce a Checkweigher. The intention is to procure this item on a competitive basis. The checkweigher shall be a conveyor belt system with the capability to pass individual components ranging in size from 5.56mm up to .338� diameter over a weigh cell. The checkweigher shall be optimized to inspect and convey a part with a length of 1.119� and a diameter of approximately 0.3085�, respectively. The system shall have a programmable logic controller (PLC) or PC-based controls. The control system shall provide monitoring and alarming functions for faults, errors, and machine status. The checkweigher shall have the ability to display real time part weights, mean value trends, and statistical process control (SPC). Data shall be saved and exportable to an offline PC. The design of the Checkweigher data input devices, displays, controls, safety features, worker posture demands, worker task demands, and functional reach distances shall comply with Human Factors Engineering guidance as per the design criteria from MIL-STD-1472G, commercial Human Factors guidelines, ANSI publications, or OSHA publications. The checkweigher shall be capable of weighing articles up to at least 200 grams (g) in weight. The checkweigher shall have an accuracy of +/- 30 milligrams (mg) or better at +/- 2s and demonstrate that accuracy consistently with the conveyor belt feeding parts at 80 parts per minute (ppm) or greater. The checkweigher shall have a maximum throughput of no less than 120 ppm. The potential offeror shall delineate the weight accuracy as a function of part feed rates. It is preferred that operating inputs to the system be via a color touch screen; keyboard/keypad entry is permissible provided there exists provision to keep dust, dirt and other contaminants out of the keypad. It is preferred that data either be stored/presented in Microsoft Excel, or that data format be easily convertible to Excel. The checkweigher shall have the capability of inputting, storing, and recalling product weight profiles for each product. System memory should be sufficient to store a minimum of 200 profiles. Components of the checkweigher susceptible to oxidation shall be protectively coated; the color and material are at the discretion of the potential offeror. Drive belts and motors shall be shielded to preclude dust, dirt or other contaminants from clogging or jamming the system. The complete checkweigher system shall occupy a floor footprint of not greater than 15 square feet. The checkweigher shall run on 110 volts, single phase. The checkweigher shall be failsafe. All parts shall automatically be set to reject. Accepted parts must actively be accepted. Accepted parts shall be �kicked� into a closed accept bin, either via air jet or a mechanical �kicker.� The method of �kicking� accepting into the accept bins shall not create vibrations that will affect the weighing accuracy. The checkweigher shall be fitted with four reject stations. Articles rejected at each of the stations shall be �kicked� into a closed reject bin, either via air jet or a mechanical �kicker.� The method of �kicking� rejects into the reject bins shall not create vibrations that will affect the weighing accuracy. The checkweigher shall require not more than 100 pounds per square inch (psi) to operate the reject air blast devices (mechanical sweep into a reject bin acceptable but not preferred). The contractor shall include with the measurement system any mechanisms (shields, covers, struts, bracing, dampening, etc.) to limit unwanted environmental forces such as wind loading, shock loading, vibration, etc., and guides or rails for alignment and processing of the articles to be weighed. The checkweigher must be a new unit, not used or refurbished, produced in the USA. The checkweigher must include a set of wear replacement parts, at least for all transport belts, bearings and fuses. Equipment shall include Operation Manuals and Certificate of Compliance with delivery of the unit. Contractor to include delivery costs for delivery to Picatinny Arsenal, NJ 07806-5000, (A001, DI-MISC-80508B, A002, DI-MISC-81356A). The contractor shall develop training and deliver the training to the Picatinny Arsenal workforce that will install, operate, maintain, and inspect/test the Checkweigher. The contractor shall use MIL-HDBK-29615-2A-Department of Defense Handbook, Instructional Systems Development/Systems Approach to Training and Education (Part 2 of 5 Parts), 31 August 2001 guidance for the development of training instruction (e.g., materials and a briefing), training criteria (e.g., desired learning outcomes and performance goals), and evaluation methods and metrics to verify training effectiveness in accordance with criteria (e.g., performance measurements such as number of tasks correctly completed within a prescribed time). Prior to delivery, the contractor shall coordinate with DEVCOM Points of Contact below on a Factory Acceptance Test (FAT), to demonstrate the technical requirements cited above. (60 Weigh at Rate / Linearity / 100-part static scale vs checkweigher). 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. RESPONSE TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� Background: The applicable NAICS code for this requirement is 332992 Small Arms Ammunition Manufacturing with a Small Business Size Standard of 1,300 employees. The Product Service Code 1305, Ammunition & Explosives. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Submission Details: Interested vendors are strongly encouraged to submit a capabilities statement with the following information: Ability to provide a product that meets the above specifications. Historical information demonstrating you have the ability to provide the product (contract number(s), dollar value(s), Point of Contacts, and brief description of work performed). Provide full company name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.) and applicable NAICS and Product Service Code�s (PSC), and website (if applicable). All data should be sent at no cost to the US Government by July 18, 2025 to the US Contracting Command New Jersey, CCNJ-JA, ATTN: Dennis Peasley, Email: dennis.w.peasley2civ@army.mil; and Gloria Thoguluva, Email: gloria.thoguluva.civ@army.mil. This is a market survey for information only and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information submitted. Interested parties should be cognizant of the System for Award Management (SAM) portal, and of the acquisition process to ensure responsiveness to any opportunities related to issuance of a formal solicitation. The website for the SAM portal is as follows - https://sam.gov/. At this time, a formal solicitation is not definitive. Vendors must be properly registered in the Government SAM portal. Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. The official response must be submitted to: U.S. Army Contracting Command New Jersey, CCNJ-JA, ATTN: Dennis Peasley, and Gloria Thoguluva via electronic submittals and should be sent to Email: dennis.w.peasley2.civ@army.mil and gloria.thoguluva.civ@army.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3cd1ce5c528b4bc3aae8c99d678421e2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07481492-F 20250619/250617230055 (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 |