MODIFICATION
25 -- Vehicle Intrgration Kits for CROWS
- Notice Date
- 8/22/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-F028
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- John Hynes, 973-724-4137
- E-Mail Address
-
ACC - New Jersey
(john.w.hynes2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: Sources Sought - Vehicle Integration Kits (VIKs) for M153 Common Remotely Operated Weapon Station (CROWS). The US Army, Army Contracting Command, New Jersey on behalf of the Project Manager Crew Served Weapons (PMCSW), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for manufacturing VIKs that provide the mechanical and electrical interfaces to integrate the M153 Common Remotely Operated Weapon Station (CROWS) to a variety of US Army platforms including but not limited to the M1151 HMMWV. The VIK consists of the appropriate brackets, cables, and hardware to mount all CROWS components (such as the Weapon Station, Control Grip, Display and Control Panel, Main Processing Unit, and Fire Control Unit) externally and internally to a variety of US Army platforms, while allowing full functionality of the CROWS system. The US Government (USG) will develop a separate Technical Data Package (TDP) for each particular VIK for each specific platform. The contractor shall build each platform's VIK in accordance with the TDP provided by the USG for that particular platform. The production requirement for all M153 CROWS VIKs is at an estimated total of 7600 kits and an estimated range of 100 kits per month with a capability to ramp up to 300 kits per month. This notice is to determine if there are potential sources capable of fabricating the required VIK components using a variety of manufacturing techniques and producing a functioning cable assembly in accordance with the TDPs the USG will provide. This notice is also to obtain information regarding industrial capability on production rate. 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 Name 2. Company Address / Country Represented / Website 3. Company point of contact and phone number 4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number 5. The North American Industry Classification System (NAICS) code for this effort is 332995. 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 governments. 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. Major partners or suppliers. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Provide minimum and maximum monthly production rates of past production of same or similar items. 11. Please provide any additional comments All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 30 calendar days to: US Army, Army Contracting Command-New Jersey ACC-NJ-SW, Bldg 45B Attn: John Hynes Picatinny Arsenal, NJ 07806-5000. The point of contact is John Hynes at john.w.hynes2.civ@mail.mil or David Street at david.w.street.civ@mail.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to john.w.hynes2.civ@mail.mil or david.w.street.civ@mail.mil. Any information provided will not be returned. This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dcbacb1100c19581f8ff30985201d315)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02850861-W 20120824/120823001239-dcbacb1100c19581f8ff30985201d315 (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 |