SOURCES SOUGHT
51 -- CQBK Cleaning Kit
- Notice Date
- 4/3/2012
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-F020
- Response Due
- 5/3/2012
- Archive Date
- 6/2/2012
- Point of Contact
- Frank Corradi, Contract Specialist, 973-724-5421
- E-Mail Address
-
Frank Corradi
(frank.corradi@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army, Army Contracting CommandNew JerseySoldier WeaponsContracting Center, in support of Project Manager Individual Weapons, isconducting a market survey to identify multiple sources/vendors capable of producing a M4/M16 Improved Weapons Cleaning Kit, per the Performance Specification (MIL-PRF-32368), attached, which is a component in the Close Quarters Battle Kit used on the M4/M16 Family of Small Arms. The Improved Weapons Cleaning Kit components shall work with all currently fielded 5.56mm, 9mm, 7.62, and.45 caliber weapons; all future weapons of these same calibers; and all future individual and crew served Soldier weapons of varying calibers. All components necessary to clean the weapon and/or dislodge a jammed cartridge/projectile that use threaded connections shall use the same common threading. Either #8-32 Unified Fine Thread (UNF) (preferred) or #8-36 UNF may be selected, but when one size is selected, it shall be used for all threaded components. In the event that the common threading is #8-32, an adaptor shall be provided for compatibility with non-kit items (i.e. legacy military #8-36 UNF). The Improved Weapons Cleaning Kit is separated into two different kits: Individual and Team. 1) The Improved Weapons Cleaning Kit-Individual consists of the following items: Carrying Case1-.22 Caliber Slotted Tip1-5.56MM Bore Brush1-5.56MM chamber Brush1-2 Cotton Swab Cleaning Patches1-Multi-purpose Tool w/ its own separate pouch and MOLLE clip1-Empty Refillable 0.5oz Bottle1-30 Flexible Cable1-Cleaning Rod1-Blue A/P Receiver Brush2) The Improved Weapons Cleaning Kit- Team consists of the following items:Carrying Case12-Cotton Swabs2-0.5oz Lens Cleaner2-Mohair Lens Cleaning Brush2-Re-usable Microfiber Lens Cloth1-.22 Caliber Slotted Tip1-.30 Caliber Slotted Tip2-Blackened Brass Scraper2-Straight Locking Lug Pick2-Black Locking Lug Scraper1-5.56MM Bore Brush1-7.62MM Bore Brush1-9MM Bore Brush1-.45 Caliber Bore Brush1-5.56MM Chamber Brush2-Curved Locking Lug Pick2-2 Cotton Swab Cleaning Patches2-Panoply Cleaning Patches2-Muzzle Cap2-Empty Refillable 0.5oz Bottle1-30 Flexible Cable1-Cleaning Rod1-Cleaning Rod Handle Section2-Blue A/P Receiver Brush2-Dust Brush12-Pipe Cleaners The Government anticipates the future contract type to be Indefinite Delivery Indefinite Quantity (ID/IQ) with Firm Fixed Price elements with the potential for multiple contract awards. The anticipated duration could be up to five years in length. Estimated yearly total quantities are as follows: Improved Weapons Cleaning Kit-Individual: Maximum yearly quantity - 55,000 units. Improved Weapons Cleaning Kit-Team: Maximum yearly quantity - 13,000 units. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items:1. Company Name2. Company Address3. Company point of contact and phone number4. Major partners or Suppliers5. The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS Code?6. Commerciality: (a) Our product as described above, has been sold, leased or licensed to the general public. (b) Our product as described above has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain:7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location).8. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity.9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).10. Identify lead-time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment.11. Please provide any additional comments. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. If a company has an existing commercially available or non-developmental item that meets these requirements, please provide brochures or other information relative to the performance, maintenance, and physical characteristics (i.e., size, weight, etc.) of the product. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitation (if any are issued). This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. Respondents will not be notified of the results of this survey or results of information submitted. Interested sources should submit their qualification data to include theirproduction capabilities within 30 calendar days of this notice. This data should be sent, if available, at no cost or obligation to the U.S. Government to the U.S. Army, Army Contracting Command-New Jersey-Soldier Weapons Contracting Center. ATTN: Frank Corradi, ACC-NJ-SW Bldg. 45B, Picatinny, NJ 07806- 5000, Mail Stop: Bldg 10B; email: frank.corradi@us.army.mil. Furthermore, any questions regarding this announcement shall be submitted in writing by email to the email listed above. Telephone responses and inquiries WILL NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec77cf49e8a423cdc4390561299fce0b)
- Record
- SN02712688-W 20120405/120403235608-ec77cf49e8a423cdc4390561299fce0b (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 |