SOURCES SOUGHT
13 -- Automated Small Caliber Ammunition Linker
- Notice Date
- 6/17/2025 10:45:53 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
- W15QKN25X17ZD
- Response Due
- 7/18/2025 2:00:00 PM
- Archive Date
- 07/19/2025
- Point of Contact
- Gloria Thoguluva, Phone: (520) 669-8575, 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 an Automated Small Caliber Ammunition Linker. The intention is to procure this item on a competitive basis. The Government requires a single modular linker to assemble small caliber ammunition with links to form linked ammunition for rounds ranging from 5.56mm x 45mm to 8.6mm x 70mm (0.338 Lapua). The base requirement is to link cartridges, 5.56 x 45mm � .338 Lapua cartridges to include 7.62 x 51mm M80A1 Ball Cartridge and 7.62 x 51mm M62A1. Maximum Footprint: 96 x 96 inches (depth x width) including feeders. In addition, the equipment must be able to pass through a doorway 68 inches wide by 80 inches high at the installation point. Maximum Height: 120 inches (overall equipment clearance height at installation point) Electrical Power: (The available power supply to operate the linker) 240-volt, 3-phase, 60-hertz, 3-wire, 30-amp (preferred) 110-volt, 1-phase, 60-hertz (preferred) 480-volt, 3-phase, 60-hertz (not preferred) The linker shall be operable using one of the aforementioned power supplies. Cartridge Rate. For all operations, the Linker shall operate at a variable rate from its maximum rate to 10ppm or less. A manual jog feature is desired. Linker shall be able to meet a rate no less than 80ppm with objective requirement being 120ppm. 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: NAICS and Product Service Code (PSC) Ability to provide a product that meets the above specifications. Historical information demonstrating contractor�s ability to provide the product. Each potential source is requested to provide the contract number(s), dollar value(s) and a brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of Automated Small Caliber Ammunition Linker. Firms shall also provide point of contact information, where available, for the efforts cited above. In addition, please provide the firm�s 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.). 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/cccf273524834a78b10bdd25c5f207e6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07481493-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 |